BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a mixed-use development in Lancaster, Texas. Conceptual plans call for the renovation of a medical facility.

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 238220 Plumbing, Heating, and Air-Conditioning Contractors; and size standard is $19M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry Veteran Small Business Certification (sba.gov). Project requirements: This requirement is for DALLAS CMOP FIRE PROTECTION SYSTEM MODIFICATIONS at the Lancaster CMOP, Project Number: 763-24-101 INTRODUCTION The Dallas Consolidated Mail Outpatient Pharmacy (CMOP) located in Lancaster, TX needs a licensed contractor to modify the fire protection system. In July 2023, VA completed an assessment with a fire protection engineer to determine what impact additional storage systems would have to the building, specifically fire protection. The engineer made recommendations to accommodate the VA s storage plans. The facility consists of two buildings built under two phases. The original Building #1 (West side) covers 24,900 SF and the 2002 addition of Building #2 (East side) covers 60,000 SF. Both buildings are currently protected with previously approved and functioning wet-pipe sprinkler systems. Each building has an individual fire service entrance taking supply from an existing 8 city water supply main located in South Longhorn Drive. The scope of work is limited to the fire protection system located in the original Building #1 portion only. The fire protection systems in the 2002 addition known as Building #2 are to remain as-is, except where the new pipe connects to the fire pump. The Dallas CMOP is located at 2962 South Longhorn Dr, Lancaster, TX 75134. SCOPE The contractor is responsible for the following to the existing system in Warehouse #1: Replace existing K-5.6 upright fire sprinklers with new CMSA K-11.2 high-temperature upright sprinklers throughout the entire warehouse area, equal to Viking VK540, attached datasheet. Existing fire sprinklers in the areas separated from the rack storage, such as offices, restrooms, and breakrooms can remain as-is. Abandon the existing riser in Building #1. Add a new 8 system riser/zone to the existing pump house and install an 8 express main to Building #1. Also, to provide adequate flow to meet the new design criteria of the system and reduce friction loss throughout the sprinkler piping, add a new 4 bulk-main from the top of the existing riser in Building #1 to the existing 4 cross-main on West. Connect new 8 express main to existing system cross main per Attachment. This will eliminate the existing Building #1 fire department connections. The entire facility will be served by a single existing connection located outside of Building #2. Provide signage for the interior Building #1 riser and exterior fire department siamese connections to show they are out of service, following NFPA guidelines. Also, remove the siamese connections and cap the pipe located in the parking median. Any specific manufacturers noted, such as Viking, are the basis of design. The contractor may propose the same or equal. In addition, the following are general requirements that the Contractor is responsible for: Design, installation, and testing shall be in accordance with NFPA 13. Any and all necessary equipment, such as lifts. Preparation of all required documentation and shop drawings. Licensure as required by the City. Any fees required by the City. City permitting. City inspections. Coordinating outages. Scheduling to limit impact to warehouse space and productivity by performing overhead work after hours. Tie-ins likely during regular hours to manage interim life safety measures. Required fire alarm devices, integration, and testing. Normal work hours are 7:00AM to 12:00AM, local time, Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the Contracting Officer s Representative (COR) at least seven (7) working days prior to the proposed start of such work. PROJECT ACTIVITIES The entire activity of the project will follow the following sequence of events: Pre-proposal Site Visit Request for Proposal Submission Award Post Award Kick-off Meeting Notice to Proceed Bonding & Insurance Plans, Security, Schedule, Progress Reports/Meetings (weekly) Shop Drawings and Permits Demolition, Construction, and Installation Testing, Commissioning, and Training (focused on the fire alarm devices and fire pump operation) Final Inspection and Punch List Acceptance Operations and Maintenance Manuals (focused on fire pump operation) AutoCAD Drawings (Design, Construction, As Built) Progress Payments Warranty DELIVERABLES Period of Performance: 120 Calendar days after Notice to Proceed Performance and Payment bonds: Due 10 Calendar days after award Proof of Insurance: Due 10 Calendar days after award Schedule: The Contractor shall develop a schedule demonstrating fulfillment of the contract requirements (Project Schedule) and shall keep the Project Schedule up-to-date in accordance with the requirements of this section and shall utilize the plan for scheduling, coordinating and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers). See the Specifications for details. Safety Plan: Comprehensive safety plan, AKA the Accident Prevention Plan or Construction Safety & Health Plan, shall be implemented by the Contractor in accordance with the Specifications prior to mobilization. The plan shall be site and job specific, and address all prime and subcontractor work operations. Work cannot proceed without an accepted Safety Plan. The Plan can include Fire Safety rather than having a separate Fire Safety Plan. See the Specifications for details. Progress Meetings: Will be held approximately every week, will be approximately 1 hour in length, scheduled by the Contractor and shall be attended by COR. The frequency and duration may change depending on the work activities occurring. Permits: Contractor shall submit all permits associated with this project to the COR. This shall include permits necessary with City of Lancaster and local Fire departments. The contractor shall be responsible for coordination with these offices. Installation will be allowed to begin only after VA s acceptance of all permits. Submittals: Prepare detailed working drawings that are signed by a NICET Level III or Level IV Sprinkler Technician or stamped by a Registered Professional Engineer licensed in the field of Fire Protection Engineering. Partial submittals will not be accepted. Material submittals shall be approved prior to the purchase or delivery to the job site. Suitably bind submittals in notebooks or binders, or electronically in PDF, and provide an index referencing the appropriate specification section. Submittals shall include, but not be limited to, the following: Qualifications: Provide a copy of the installing contractor s license. Provide a copy of the NICET certification for the NICET Level III or Level IV Sprinkler Technician who prepared and signed the detailed working drawings unless the drawings are stamped by a Registered Professional Engineer licensed in the field of Fire Protection Engineering. Provide documentation showing that the installer has been actively and successfully engaged in the installation of commercial automatic sprinkler systems for the past ten years. Drawings: Submit detailed 1:100 (1/8 inch) scale (minimum) working drawings conforming to the Plans and Calculations chapter of NFPA 13. Drawings shall include graphical scales that allow the user to determine lengths when the drawings are reduced in size. Include a plan showing the piping to the water supply test location. Manufacturer s Data Sheets: Provide data sheets for all materials and equipment proposed for use on the system. Include listing information and installation instructions in data sheets. Where data sheets describe items in addition to those proposed to be used for the system, clearly identify the proposed items on the sheet. Calculation Sheets: Submit hydraulic calculation sheets in tabular form conforming to the requirements and recommendations of the Plans and Calculations chapter of NFPA 13. Valve Charts: Provide a valve chart that identifies the location of each control valve. Coordinate nomenclature and identification of control valves with COR. Where existing nomenclature does not exist, the chart shall include no less than the following: Tag ID No., Valve Size, Service (control valve, main drain, aux. drain, inspectors test valve, etc.), and Location. Final Document Submittals: Provide as-built drawings, and testing and maintenance instructions. A complete set of as-built drawings showing the installed system with the specific interconnections between the system switches and the fire alarm equipment. Provide a complete set in the formats as follows. Submit items 2 and 3 below on a compact disc or as directed by the COR. Material and Testing Certificate: Upon completion of the sprinkler system installation or any partial section of the system, including testing and flushing, provide a copy of a completed Material and Testing Certificate as indicated in NFPA 13. Certificates shall be provided to document all parts of the installation. Operations and Maintenance Manuals that include step-by-step procedures required for system startup, operation, shutdown, and routine maintenance and testing. The manuals shall include the manufacturer's name, model number, parts list, and tools that should be kept in stock by the owner for routine maintenance, including the name of a local supplier, simplified wiring and controls diagrams, troubleshooting guide, and recommended service organization, including address and telephone number, for each item of equipment. Warranty Plan: Contractor shall provide a Warranty Management Plan at least thirty (30) days before the planned pre-warranty conference in accordance with the Specifications. APPLICABLE PUBLICATIONS National Fire Protection Association (NFPA): 13-Installation of Sprinkler Systems 25-Inspection, Testing, and Maintenance of Water-Based Fire Protection Systems 101-Life Safety Code 170-Fire Safety Symbols Underwriters Laboratories, Inc. (UL): Fire Protection Equipment Directory Factory Mutual Engineering Corporation (FM): Approval Guide INSTALLATION Installation shall be accomplished by the licensed contractor. Provide a qualified technician, experienced in the installation and operation of the type of system being installed, to supervise the installation and testing of the system. Installation of Piping: Accurately cut pipe to measurements established by the installer and work into place without springing or forcing. In any situation where bending of the pipe is required, use a standard pipe-bending template. Piping shall not obstruct the minimum means of egress clearances required by NFPA 101. Pipe hangers, supports, and restraint of system piping, shall be installed accordance with NFPA 13. Welding: Conform to the requirements and recommendations of NFPA 13. Drains: Provide drips and drains, including low point drains, in accordance with NFPA 13. Pipe drains to discharge at safe points outside of the building or to sight cones attached to drains of adequate size to readily carry the full flow from each drain under maximum pressure. Do not provide a direct drain connection to sewer system or discharge into sinks. Install drips and drains where necessary and required by NFPA 13. The drain piping shall not be restricted or reduced and shall be of the same diameter as the drain collector. Supervisory Switches: Provide supervisory switches for sprinkler control valves. Waterflow Alarm Switches: Install waterflow alarm switches and valves in stairwells or other easily accessible locations. Inspector's Test Connection: Install and supply in accordance with NFPA 13, locate in a secured area, and discharge to the exterior of the building. Affix cutout disks, which are created by cutting holes in the walls of pipe for flow switches and non-threaded pipe connections to the respective waterflow switch or pipe connection near to the pipe from where they were cut. Provide escutcheon plates for exposed piping passing through walls, floors or ceilings. Clearances: For systems requiring seismic protection, piping that passes through floors or walls shall have penetrations sized 50 mm (2 inches) nominally larger than the penetrating pipe for pipe sizes 25 mm (1 inch) to 90 mm (3 A 1/2 inches) and 100 mm (4 inches) nominally larger for penetrating pipe sizes 100 mm (4 inches) and larger. Sleeves: Provide for pipes passing through masonry or concrete. Provide space between the pipe and the sleeve in accordance with NFPA 13. Seal this space with a UL Listed through penetration fire stop material. Where core drilling is used in lieu of sleeves, also seal space. Seal penetrations of walls, floors and ceilings of other types of construction. Provide pressure gauges at each water flow alarm switch location and at each main drain connection. Firestopping shall be provided for all penetrations of fire resistance rated construction. Sprinkler System Signage: Provide rigid sprinkler system signage in accordance with NFPA 13 and NFPA 25. Sprinkler system signage shall include, but not limited to, the following: Identification Signs: Provide signage for each control valve, drain valve, sprinkler cabinet, and inspector s test. Provide valve tags for each operable valve. Coordinate nomenclature and identification of operable valves with COR. Where existing nomenclature does not exist, the Tag Identification shall include no less than the following: (FP-B-F/SZ-#) Fire Protection, Building Number, Floor Number/Smoke Zone (if applicable), and Valve Number. (E.g., FP-500-1E-001) Fire Protection, Building 500, First Floor East, Number 001.) Instruction/Information Signs: Provide signage for each control valve to indicate valve function and to indicate what system is being controlled. Provide signage indicating the number and location of low point drains. Hydraulic Placards: Provide signage indicating hydraulic design information. The placard shall include location of the design area, discharge densities, required flow and residual pressure at the base of riser, occupancy classification, hose stream allowance, flow test information, and installing contractor. Locate hydraulic placard information signs at each alarm check valve. Repairs: Repair damage to the building or equipment resulting from the installation of the sprinkler system by the installer at no additional expense to the Government. Impairments to existing sprinkler systems shall be kept to a minimum. These systems shall remain functional as long as possible during the installation of the new system. Work with facility safety staff to develop appropriate interim life safety measures (ILSM) when the sprinkler system is taken out of service or impaired. Interruption of Service: There shall be no interruption of the existing sprinkler protection, water, electric, or fire alarm services without prior permission of the COR. Contractor shall develop an interim fire protection program where interruptions involve occupied spaces. Request in writing at least one week prior to the planned interruption. INSPECTION AND TESTING A. Preliminary Testing: Flush newly installed systems prior to performing hydrostatic tests in order to remove any debris which may have been left as well as ensuring piping is unobstructed. Hydrostatically test system, including the fire department connections, as specified in NFPA 13, in the presence of the COR or his designated representative. Test and flush underground water line prior to performing these hydrostatic tests. B. Final Inspection and Testing: Subject system to tests in accordance with NFPA 13, and when all necessary corrections have been accomplished, advise COR to schedule a final inspection and test. Connection to the fire alarm system shall have been in service for at least ten days prior to the final inspection, with adjustments made to prevent false alarms. Furnish all instruments, labor and materials required for the tests and provide the services of the installation foreman or other competent representative of the installer to perform the tests. Correct deficiencies and retest system as necessary, prior to the final acceptance. Include the operation of all features of the systems under normal operations in test. INSTRUCTIONS/TRAINING FURNISH THE SERVICES OF A COMPETENT INSTRUCTOR FOR NOT LESS THAN TWO HOURS FOR INSTRUCTING PERSONNEL IN THE OPERATION AND MAINTENANCE OF THE SYSTEM, ON THE DATES REQUESTED BY THE COR. SECURITY The Dallas CMOP is a secure facility and not open to the public. The contractor shall follow all requirements for parking, site access, and temporary badging. VA PRIVACY POLICY REQUIREMENTS Information Systems Officer, Information Protection:A The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services in the application of complex adaptive system theory to health care organizations.A The certification and accreditation requirements do not apply to this procurement nor is a security accreditation package required. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA.A All research data available for Contractor analyses is de-identified. Records Manager:A There will be no federal records created, maintained, used or disposition with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] BID ITEMS ITEM I, GENERAL CONSTRUCTION: Work includes fire alarm and fire sprinkler and alarm systems. Contractor shall Utilize Davis-Bacon (prevailing) wages. ATTACHMENTS Fire Protection Engineer Design Analysis Report Drawing of existing system as-is with K5.6 CMDA Sprinklers and existing city water supply. Hydraulic calculation of existing system Drawing of existing system with improvement K11.2 CMSA sprinklers and connection to existing fire pump Hydraulic calculation of improvement with K11.2 CMSA and existing fire pump Datasheet -Viking CMSA VK540 K11.2 upright sprinklers Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Christina.Smith7@va.gov with the subject line Sources Sought Notice # 36C24924Q0290 by 5:00pm on 16 May 2024. Any questions should be emailed to Christina.Smith7@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). The Method of Contractor Selection has not been determined at this Time.

Conceptual

Medical

$50,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

6

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
361
Active Projects
209
Bidding Soon
4,994
All Active Projects
1,912
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

May 16, 2025

img_map_placeholder

2962 S Longhorn Dr, Lancaster, TX

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.