J045--HVAC PM and Svc

expired opportunity(Expired)
From: Federal Government(Federal)
36C24123Q0789

Basic Details

started - 13 Jun, 2023 (10 months ago)

Start Date

13 Jun, 2023 (10 months ago)
due - 23 Jun, 2023 (10 months ago)

Due Date

23 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
36C24123Q0789

Identifier

36C24123Q0789
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103600)VETERANS AFFAIRS, DEPARTMENT OF (103600)241-NETWORK CONTRACT OFFICE 01 (36C241) (3856)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, J045) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing HVAC Maintenance Service Contract at the Manchester VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for
respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, June 23, 2023. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Statement of Work Maintenance Service Contract INTRODUCTION The VA Medical Center in Manchester is seeking a qualified contractor to perform comprehensive preventative maintenance and repair services for heating, ventilating and air conditioning (HVAC), compressed air, and Medical air/vacuum systems at our campus. Service performance will be for the VAMC- Manchester at 718 Smyth Road, Manchester, NH 03104. BACKGROUND The VA equipment for heating, ventilating, air conditioning, (HVAC), compressed air, and medical air/vacuum is required preventative maintenance (PM) on a periodic basis through the year. The Facility Service, Maintenance Department, acquires assistance in keeping up with required PMs on the equipment to ensure proper operations and prevent failure points on the equipment. Our current Maintenance staff is shorthanded to ensure proper PMs are being completed as well as responding to maintenance calls, performing regular duties, and handling the increase work order requests. A service contract would be needed to ensure the proper and timely of the required PM s on the HVAC equipment/systems. SCOPE Item 1 Preventative Maintenance (PM) The contractor shall provide all personnel, equipment, tools vehicles, materials, supervision, and other items and services necessary to perform preventative maintenance, testing and repair tasks functions for the equipment described in the SOW. Contractor shall perform preventative maintenance (PM) for all equipment listed in Attachment A, including ancillary components associated with the functioning of these devices. PM shall be performed in a manner designed to optimize the reliability, efficiency and lifespan of the equipment serviced. The contractor shall adhere to all individual manufacturer s requirements and instructions for the particulars of scheduled maintenance of the systems/equipment. All contractor personnel and subcontractors that perform scheduled maintenance shall be qualified by the systems/equipment manufacturer where necessary to preserve any warranties on the systems/equipment. The contractor shall provide a written monthly schedule to the Contracting Officer Representatives (COR) for the facility, listing the specific equipment to be serviced during the upcoming period and outlining the individual PM tasks to be completed, including any after-hours service. The contractor shall obtain, provide and install all parts, materials, and supplies necessary to perform PM, and shall be responsible for the cost of same within their base bid amount. Contractor shall use parts supplied by the original equipment manufacturer (OEM) or authorized equal (as stipulated by the manufacturer) when replacing all parts, components, and/or devices for the covered systems. Should the contractor encounter a part in need of replacement, and the direct replacement is no longer available due to obsolescence, the contractor shall replace that part with a new equivalent part. The contractor shall notify the VA when such replacements/modernization occurs. The contractor shall provide labor, material, and equipment necessary to perform start up and routine maintenance services to include but not be limited to the following, at the intervals specified in Attachment A. The vendor shall perform all manufacturer recommended routine maintenance on the following equipment/systems. Scheduled Maintenance of HVAC Boiler Systems. Scheduled Maintenance of Air Compressors. Scheduled Maintenance of Medical Air/Vacuum System. Scheduled Maintenance of Fume Exhaust Systems. The vendor shall perform all manufacturer recommended routine maintenance, whether or not included in the list below: Change all filters per manufacturer s recommendations. Check all electrical wiring and connections; tighten as required. Check all motor starter contactor surfaces for wear. Lubricate electrical motor and fan bearings, if applicable. Check all belts for wear and tensioning, if applicable. Check all mounting hardware, tighten as needed. Check and calibrate controls. Check condition of evaporator coils; clean at intervals recommended by manufacturer or more frequently as needed. Check and clean condensate drains, drain line and pans. Check refrigerant charge, repair leaks and add charge as needed. Take refrigerant and oil samples and send for manufacturer s recommend analysis of contaminants (annually). Verify all critical flow rates of refrigerant and cooling loops. Furnish and replace oil filter and purge drier (as needed per manufacturer s maintenance schedule). Verify proper operation of controls. Check chilled water setpoint and verify performance. Inspect and verify operation of vane arms. Check refrigerant levels and perform refrigerant leak tests. Check oil levels and change oil as needed. Perform chemical cleaning of condenser coils (annually or as per manufacturer s guidance). Verify operation of oil sump heaters. Verify full capacity of chilled water system. Test operation of all flow proving devices. Verify panel operation, amperage, and voltage. Verify proper operation of all slide and solenoid valves. Check high condenser pressure and low refrigerant temp sensors. Review operating procedures with site personnel. Perform burner test and calibration. Check and service engine coolant heat exchangers. Check solution pump and purge operation. Provide cleaning of Fume Exhaust System for both maintenance, bathroom, and kitchen equipment/systems. Provide testing and certification on Fume exhaust systems and hoods. Provide Medical Gas Testing and Evaluation to meet annual requirements. Perform correction action for the Medical Gas systems on any deficient/non-compliant areas. All other PM tasks as per manufacturer s recommendations. The scope consists of routine preventative maintenance service and needed repairs to the equipment and associated components listed in Attachment A; Equipment Inventory, as well as certain specified testing and balancing services. The Contractor is required to inspect and service all equipment in accordance with all manufacturer's recommendations, prevailing industry standards and codes. Personnel Qualifications- Before assigning employees to start work under the terms of this contract, the Contractor shall ensure that they have the required qualifications and, if applicable, possess the required current and valid professional certifications and licenses in compliance with federal, state, and local environmental requirements and laws. Personnel operating motor vehicles shall have a valid state driver s license and abide by all NH VAMC Healthcare System traffic laws, i.e. hands-free cell phone use while driving, and parking requirements. As part of the quotation, the Contractor shall submit information on the qualifications or certifications for employees and sub-contractors proposed to work on the services of this contract. Journeyman tradespersons shall be licensed for their respective trades in accordance with Federal requirements. Note: All HVAC trades personnel working with refrigerants shall have universal Environmental Protection Agency (EPA) certification. Contractor will ensure all certificates, licenses and permits are kept current and valid. All license and certification renewals shall be submitted to the COR annually or as requested. The COR shall track Contractor compliance with any manufacturers and contract warranties and shall maintain on-site records of equipment bearing warranties. The contractor shall provide fully completed worksheets to the COR with sufficient detail concerning each completed task. The contractor will annotate equipment records showing warranted items and warranty expiration dates on all equipment. The contractor shall provide supporting documentation for any warranty claims to the on-site COR. The Government will provide the contractor with all existing warranty documentation at the start of the task order. The contractor shall maintain and inspect all infrastructure systems under warranty, without voiding the warranty. An equipment inventory is incorporated into this Site-Specific statement of work. The contractor is responsible for all required routine maintenance of the equipment included in the inventory and as described herein, necessary to ensure proper function of the equipment in accordance with manufacturer s guidelines, applicable standards and codes. Any unscheduled maintenance/repair work shall be performed when authorized by the Contracting Officer CO or COR, in accordance with Government-approved technical instructions and facility priorities. NOTE: unscheduled maintenance does not include routine maintenance. Routine maintenance services must be incorporated within the base bid amount. The CO and COR shall notify and work with the contractor on any additional equipment added or changes to the equipment list for PMs and frequency. The contract will then be modified to address the updated costing to the service agreement. Also, the CO and COR shall notify and work with the contractor to remove the equipment item from coverage because it can no longer be economically maintained or has been removed/replaced from the property. The contract will then be modified to address the updated costing to the service agreement. Item 2 HVAC System Testing and Balancing (TAB) The contractor shall perform annual HVAC testing and balancing of the Pharmacy, Same Day Surgery, and Sterile Processing Service at the VAMC- Manchester. The work shall be conducted in accordance with VHA Specification 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC and Chapter 39, "Testing, Adjusting and Balancing" of 2019 ASHRAE Handbook, "HVAC Applications", hereby incorporated by reference. The work shall include, but not be limited to the following: Planning systematic testing and balancing procedures. Design Review Report. Systems Inspection report. Duct Air Leakage test report. Systems Readiness Report Balancing air and water distribution systems; adjustment of total system to provide design performance; and testing performance of equipment and automatic controls. Vibration and sound measurements. Recording and reporting results. Document critical paths of flow on reports. The contractor shall be provided mechanical drawings for the air handing units and areas being tested. Report shall include supply airflow rates, air exchange rates, exhaust airflow rates and room pressure relation to adjacent space. Airflow rates will be measured for each register. Contractor shall perform TAB work during off hours including weekends in specialty areas, such as Operating Rooms, to avoid interfering with the Medical Center s normal operations. In sterile areas, the contractor will be required to wear sterile clothing and follow the facility policy regarding infection control. The contractor shall be provided mechanical drawings for the air handing units and areas being tested. Item 3 Equipment Condition Assessment The contractor shall perform an inventory listing of the VAMC- Manchester Medical Center equipment list for heating systems, chillers, air handler units, condenser, circulating and heating pumps, fan coil & return fan units, fume exhaust systems, ventilating and air conditioning (HVAC), compressed air, and medical air/vacuum systems. The equipment list shall include equipment item/category, model, serial number, photographs, and location if accessible. The contractor shall provide a detailed written report on the completion of the specified area of the Building and/or Building floor/wing. A life cycle on each equipment shall be recommended from the contractor. The contractor shall recommend a preventative maintenance (PM) scheduling and frequency on each equipment item document and include a parts listing of filters, oil, materials, & etc for the established PMs recommended. It would favor to have the manufacture recommendation/guidance on PM frequency and parts list. The work shall be divide between the base and option years of the service contract, which based upon the agreeance of the contractor and COR. The COR will review the list. The contracting officer will settle disputes between equipment list and the COR validation. The contractor shall identify equipment items not include or in addition. The contractor shall complete this task of equipment condition assessment in a four month timeframe from the agreed upon start date from the contractor and COR. Item 4 Emergency Services (Labor) The contractor shall provide on call services to include labor costs. The vendor will be able to respond to fix issues within four (4) hours. The contractor shall respond within 4 hours for all emergency call backs on the equipment section listed in the above scope of work and to include, but not limited to the equipment items in Attachment A. The equipment sections are as follows. Chillers. Air Handlers units. Condensers. Boilers. Circulating and Heating Pumps. Air Compressors. Fan Coil & Return Fan Units. Medical Air/Vacuum System. Fume Exhaust Systems. The contractor shall provide service labor, materials, and parts necessary to support as needed and emergency calls for repairs and replacements. The contractor shall supply minor parts and materials ($1,200 per equipment item per year) as needed for necessary upgrades, replacement, and repairs. If cost exceeds the agreed upon limitation (>$1,200 per equipment item per year), then a list of repairs required as a result of the inspection will be provided with a cost proposal for the repair within 24 hours to the COR. Item 5 Materials and Parts The contractor shall supply parts and materials (>$1,200 per equipment item per year) as needed for necessary upgrades, replacement, and repairs. If cost exceeds the agreed upon limitation (>$1,200 per equipment item per year), then a list of repairs required as a result of the inspection will be provided with a cost proposal for the repair within 24 hours to the COR. These costs will be included on the service agreement for anticipating parts and materials for potential repairs and replacements. These equipment section listed in the above scope of work and to include, but not limited to the equipment items in Attachment A. The equipment sections are as follows: Chillers. Air Handlers units. Condensers. Boilers. Circulating and Heating Pumps. Air Compressors. Fan Coil & Return Fan Units. Medical Air/Vacuum System. Fume Exhaust Systems- Mechanical services. Repairs shall be completed within 24 hours after the need for repair has been identified by the contractor or by the COR. All repairs shall be in accordance with the equipment manufacturer s requirements and\or applicable laws, regulations, codes, etc. The Contractor shall furnish all supplies, materials, and equipment to perform regularly scheduled service, emergent service, and repairs. All parts and materials shall be of the original manufacturer s design and specification, or equal thereto. An extension may be granted at the discretion of the COR on a case by case basis. Each request for an extension must include and explanation for the delay, and estimated time of completion, and evidence to clearly show that the contractor has made every effort to repair the system as timely as possible. PERFORMANCE REQUIREMENTS All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this service contract. The Contractor shall submit technician certification/licensure prior to work start. Copies of these are also to be submitted with the completed checklists. The contractor shall submit all necessary safety plans to include, but not limited to; equipment specific Lock-Out Tag Out procedures, Electrical Safety, plan and SDS for any chemicals used to the COR for approval prior to working at the Medical Center. The contractor shall schedule all site visits, to include emergencies, with the COR. The contractor shall furnish authentic parts from the equipment manufacturer. The determination of when to replace parts is at the recommendation of the technician, with the COR s concurrence. Additional service charges may be incurred to install parts during scheduled inspections or callbacks as specified in this agreement. The contractor shall operate on the premises during the hours of 0700 and 1630, unless otherwise authorized by the COR. The contractor shall respond within 4 hours for all emergency call backs. Work sites shall be left in the same manner of cleanliness and order in which they were found. Vendor will provide their own waste disposal, if any. All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work. Personnel must wear the proper personal protective equipment (PPE) at all times. Work done under this project must comply with infection control requirements. The contractor shall receive all deliveries of materials, equipment, tools, or other goods off of station, and bring them to the job site. The Manchester VA shall not accept deliveries for project purposes. Special care will be taken to secure tools and construction equipment. Material Safety Data Sheets (MSDS s) must be submitted to the COR for approval for all hazardous materials before they are brought to the work site. Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shutdown may be required to be performed outside of normal working hours. End of day cleanup of the work area(s) is mandatory, and all trash shall be bagged and properly disposed of offsite. Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D. All travel costs associated with performance of this contract are the responsibility of the Contractor and are provided at no additional cost to the government as part of this contract. Travel costs are defined but not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc. DELIVERABLES Contractor shall coordinate with the COR to provide a complete calendar year schedule for scheduled maintenance tasks at the commencement of the contract. Contractor shall provide a prioritized phone support contact list at the commencement of the contract. Submittal of proposed equipment and materials to be used on site for review and approval by the COR. Submittal of Contractor safety plan and lock\out tag\out plan. Submittal of Safety Data Sheets (SDS) shall be provided by the contactor for all chemicals proposed to be brought to the medical center. Chemicals must be approved before they can be located on property. ATTACHMENTS- EQUIPMENT TABLE Attachment A: Chilled Water Units Equipment/Make: Model: S/N: PM Frequency Location: Trane RAA1004XQ01A3D0NB U04H0T263 Semi-Annual BLDG 7- Roof top York YLAA010SE 11552H1135315 Semi-Annual BLDG 7- Roof top Drake Refrigeration PACT78S3-T4-ZTM D10L1089 Semi-Annual BLDG 1- East-Basement. MRI Room York YCAL0051EC RCTM022574 Semi-Annual Rooftop-15- 3rd Fl- CLC York YCAL0051EC RCTM022572 Semi-Annual Rooftop-15- 3rd Fl- CLC York YCAL0051EC RCTM022571 Semi-Annual Rooftop-15- 3rd Fl- SAC Trane T17 K76307215 Quarterly BLDG 15- D104. CLC Liebert TCSV104-4 C13D2F6701 Quarterly BLDG 1- Basement- E37. Air Handling Units Equipment/Make: Model: S/N: PM Frequency Location: York ZF078E2452UAA5A NID3603353 Quarterly Rooftop-15- 3rd Fl- Solarium Trane TSC092AROA327H 803100927L Quarterly Rooftop-18 BLDG 18 Energy Pack//Venmaries A-2-14E-PP-HW-DX-X-C 00782937-C05584. Quarterly Rooftop-18 BLDG 18 Trane MCCA017UBOA00000U K00A17077 Quarterly BLDG 1- E504. Trane CSAA030UBC00 K12LO4957A Quarterly 5th Floor Rooftop- OR AHU Trane N05 K99626181M Quarterly BLDG 1- W439 York XTI-045X075-EAKA017A CFBMXX0180 Quarterly BLDG 1- W105. Munters Corporation PV-MZP-8703-PVH 21225368 Quarterly Rooftop 1- SPS AHU. Trane TCPA0DO123M3344SB10 M20E00078 Quarterly Rooftop- CSB BLDG Trane TCK151C30ABB 52510260D Quarterly Rooftop- Pharmacy Trane SSHF204CA37C4CD9011 C07L12189 Quarterly Rooftop- Radiology. Trane CSAA00FVAC00 KIIA08729 Quarterly Rooftop- Radiology/MRI. Trane TWE120E300AA 10484TT28A Quarterly Rooftop- Radiology/MRI. ZZGENERAL ELECTRIC WE192B3  Quarterly BLDG 1- N121. T&E Trane T6 K6E307508 Quarterly BLDG 15. D125 Trane T6 K6E307509 Quarterly BLDG 15. D125 McQuay RPS035DLS FB0U110300806 Quarterly BLDG 15. D125 York XTO-063X099-JNMK017A CCTMXT0225 Quarterly Rooftop-15 SAC Addition Trane TSC102A3R0A27 734101389L Quarterly Rooftop-18 JCI J30YDC00A2BAA2A N1E77502 Quarterly Rooftop-18 Trane SSHFF20C C07L12180 Quarterly Rooftop-18 Condenser Units Equipment/Make: Model: S/N: PM Frequency Location: Trane RAUCC30EBR03ABDFOOO10 C98M00489 Quarterly Rooftop-18- BLDG 18 Trane AUJC50EB C13F03568 Quarterly Rooftop-18- BLDG 18 Trane RAUJC30EBD13A0DF0001 C20803693 Quarterly Rooftop- MH BLDG Trane J30YDC00A2BAA2A N1E7750283 Quarterly Rooftop- Radiology. Bryant 558DPX150000CA 4593G04233 Quarterly Rooftop-18 Carrier Air Cond Group 50DJ028500AC 0496F88041 Quarterly Rooftop-18 Boiler/Hot Water Heater Units Equipment/Make: Model: S/N: PM Frequency Location: Boiler/LAARS NTH750NJX3 G13249551 Annual Rooftop-18- BLDG 18 Boiler/LAARS NTH750NJX3 G13249553 Annual Rooftop-18- BLDG 18 Boiler/Dri-Steem GTS-400 128839-01 Annual Rooftop- CSB BLDG Hot Water Heater/Rinnai LU199IN LL.BA-125525 Annual Rooftop- CSB BLDG Hot Water Heater/Rinnai LU199IN LL.BA-125980 Annual Rooftop- CSB BLDG Boiler/Bosh A23S3123  Annual BLDG 6- Basement Boiler/Burham Furnace ALP285F-2L07  Annual BLDG 3- Basement Boiler/Burham Furnace ALP285F-2L07 65283384 Annual BLDG 4- Basement Boiler/HTP EFT-285 07179F10323215 Annual Rooftop- CSB BLDG Boiler/HTP EFT-285  Annual Rooftop- CSB BLDG Circulating Pumps Equipment/Make: Model: S/N: PM Frequency Location: Electric Motor: Chilled Water/Baldor Electric Super E Motor F1206271539 Annual BLDG 1- 7th Floor Electric Motor: Chilled Water/Baldor Electric Super E Motor F1206271389 Annual BLDG 1- 7th Floor Electric Motor: Chilled Water/Baldor Electric Super E Motor F1206152648 Annual BLDG 1- 7th Floor Electric Motor: Chilled Water/Baldor Electric Super E Motor F1206152718 Annual BLDG 1- 7th Floor Electric Motor: Chilled Water/Baldor Electric Super E Motor F1109012534 Annual BLDG 1- 7th Floor Pump-circulating/Reitschle Thomas VAC02106 2634207 Annual BLDG 1- 7th Floor Heating Pump/Taco F13011E4HAJ1LOAB1973D 09J359Z91061-1 Annual BLDG 1- 7th Floor Heating Pump/Taco F13011E4HAJ1LOAB1973D 09J359Z91061-2 Annual BLDG 1- 7th Floor Pump-circulating/Taco Super E Motor F1302080003 Annual BLDG 1- 5th Floor- N567 Pump-circulating/Taco Super E Motor F1302080003 Annual BLDG 1- 5th Floor- N567 Pump-circulating/Taco 191E1E1 7190 Annual Rooftop- CSB BLDG Pump-circulating/Taco 191E1E1 7190-1 Annual Rooftop- CSB BLDG Additional Equipment- Air Compressors, Medical Air/Vacuum Systems, Fume Exhaust Systems Equipment/Make: Model: S/N: PM Frequency Location: Medical Air Dryer/ Hankison DW-13 10GDHHW3154 Semi-Annual SPS- BLDG 1- N261. Return Fan   Quarterly BLDG 1- E504. A/C Supply   Quarterly BLDG 1- E406 Return Fan   Quarterly BLDG 1- E406 Return Fan   Quarterly BLDG 1- W439 Return Fan/ GreenHeck BSQ-200N30NX 13056259 Quarterly BLDG 1- E105. Air Compressor/ Sullair ES6-10H/A 201104170007 Quarterly BLDG 1- 7th Floor Air Compressor/ Sullair ES6-10H/A 201103240082 Quarterly BLDG 1- 7th Floor Fume Exhaust System/ TriStack BS00218 11731-01-1 Quarterly Rooftop- Pharmacy Fume Exhaust System/ TriStack BS00218 11731-01-2 Quarterly Rooftop- Pharmacy Clean Steam Generator/ Cemline V16055G1230 65664 Semi-Annual BLDG 1- N121. T&E Fan Coil Unit/ Air control Products 5WS120B None Quarterly BLDG 15- D104. Fan Coil Unit/ Trane TWE060D150BQ 3132WXW2 Quarterly BLDG 15-Room 6 Fan Coil Unit/ Trane TWE060D150BQ 3132WXW2 Quarterly BLDG 15-Room 6 Medical Air System/ Beacon Medes 4107005565      HOP401540 Quarterly BLDG 1- 7th Floor Medical Vacuum System/ Beacon Medes 4107108454      HOP301808 Quarterly BLDG 1- 7th Floor Medical Air Dryer/ Hankison DW-13 10GDHHW3154 Semi-Annual SPS- BLDG 1- N261. END OF STATEMENT OF WORK

Manchester VAMC  Manchester ,
 NH  03104  USALocation

Place Of Performance : Manchester VAMC

Country : United StatesState : New HampshireCity : Manchester

You may also like

HVAC SERVICE

Due: 30 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

HVAC Systems

Due: 12 Aug, 2025 (in 15 months)Agency: Sourcewell (formerly NJPA)

HVAC PM and Repairs

Due: 14 May, 2024 (in 10 days)Agency: City of Celina

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J045Maintenance, Repair and Rebuilding of Equipment: Plumbing, Heating, and Waste Disposal Equipment