Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

C -- Project 528A7-10-726 replace and upgrade HVAC AHU's and Hot water Stations Design

Notice Date
4/15/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-10-RP-0133
 
Response Due
5/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Frances M LeipContracting Officer
 
E-Mail Address
Contracting Officer
(frances.leip@va.gov)
 
Small Business Set-Aside
N/A
 
Description
VA intends to award an Architect/Engineer contract to provide complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and optionally, construction period services) for project 528A7-10-726 Replace and upgrade HVAC AHUs and Hot Water Stations-Design as indicated in the Scope of Work. The project location is the Syracuse VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. I.SCOPE OF WORK A.The A/E shall provide architectural and engineering services for VA project 528A7-10-726 Replace and upgrade HVAC AHUs and Hot Water Stations-Design as follows: 1.Add Ventilation to Building 2: (a)Mechanical - Provide ventilation to building 2. Provide 15 cfm of outside air per person and air conditioning during occupied periods only, or as prescribed in the VA Design Manuals (see section III). Typically, there are 30 personnel working in this 9,500 square foot office building, however, there are two conference rooms that are utilized by the entire hospital. (i)Propose using the restroom bathtub space for a vertical ventilation and piping chase in the east and west restrooms. There are a total of five (5) restrooms; two in the east side and three on the west. Two (2) Air Handling Unit could be located on the roofs. (ii)Consider CO2 sensors or other means for controlling ventilation into the conference rooms (demand controlled ventilation). (iii)Consider a Variable Refrigerant Volume system to serve fan coils units in each space. (iv)Replace or upgrade the existing steam fin-tube to operate with the cooling and ventilation system as an integrated system. (v)Provide Johnson Metasys Extended Architecture BACNet controls, integrated into the existing DDC front-end. (vi)Consider alternative methods to properly ventilate, heat, and cool the office spaces, such as a chilled beam (inductive) system. (vii)Use the most energy efficient design and systems practical, or provide justification to VA reviewer for lesser efficient systems/designs. (b)Architectural Provide support for the installation of the mechanical and plumbing systems, to include, but not limited to roofing and wall penetrations. Provide details for demolition of the existing bathtubs and replacing with a shower stall, leaving the remaining space for a ventilation shaft. Provide asbestos testing for ceiling spaces, walls, pipe insulation, and any other spaces that must be entered or disturbed during the construction process. Include asbestos abatement or avoidance, as appropriate, in the design. Asbestos abatement shall be in accordance with federal EPA regulations and per the VA guidance (section III). (c)Plumbing - Provide plumbing support for the mechanical systems and the replacement of the bathtubs with shower stalls, if space permits. Consider adding waterless urinals, if space permits. (d)Electrical - Provide electrical support for the mechanical systems to be installed. 2.Replace Air Handling Units (a)Replace Supply Fans, Exhaust Fans, hot water coils, steam coils, humidifiers, heat recovery coils for: (i)AC-1, Building 16 (ii)AC-8, Building 1, Supply Fan and Exhaust Fan are approximately 15,000 cfm, each. (iii)AC-9, Building 1, Supply Fan and Exhaust Fan are approximately 3,000 cfm, each. (iv)AC-25, Building 1, Supply Fan and Exhaust Fan are approximately 7,000 cfm, each. (v)AC-26, Building 1, Supply Fan and Exhaust Fan are approximately 4,000 cfm, each. (b)Upgrade all controls to Digital/Electric. Existing is pneumatic. (c)Install UV lighting to prevent mold on the chilled water coils. (d)Existing direct steam humidification shall be changed to steam-to-steam or use alternative methods. (e)Replace the steam-to-hot water heat exchangers that serve the hot water coils. 3.Add Ventilation to the South Wing of the 9th Floor (a)Provide ventilation air for approximately 7500 SF. (b)Consider a VAV system with a single AHU for Supply Air and Return Air, with economizer capability, or Fan Coil units with a fresh air intake. (c)Each space shall have its own temperature control, integrated to the Johnson Controls DDC. 4.Upgrade the Hot Water Stations, 12 each. These heat exchangers serve our radiant heating system (a)Provide new steam-to-hot water heat exchangers. Sizes vary, but average around 150 gpm. (b)Provide new pumps. Consider adding Variable Speed Drives and eliminating the bypass valve at the end of the hot water loops. 5.Add Condenser to Morgue Refrigeration (a)The existing refrigeration system uses domestic water to cool reject heat. Modify to use existing chilled water in lieu of domestic water. (b)Maintain the domestic water for emergency use when the chilled water is not available. When using domestic water, the Johnson Controls shall indicate an alarm. The contract will require all of the following: Investigative services, Design services shall include development of conceptual designs and specifications, Design services shall include infection control measures during construction in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Review Submissions at 35, 65 and 95%, Total design period shall be one hundred forty-one (141) calendar days from Notice to Proceed, design meetings and site visits Short-List Criteria to select the firms for interview will be based on H04 Heating; Ventilating and H09 Hospital and Medical Facilities specialized experience, technical competence, specific experience and qualifications of proposed personnel and consultants along with record of working together as a team, past performance for VA work, geographic location of the firm, success in prescribing the use of recovered materials, waste reduction and energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, previous VA experience of the team, and specific sprinkler system design experience. This is not full text of supplement B, interested firms may email the contracting officer for full text. The area of consideration is restricted to firms with offices and key personnel to be assigned to the designs located within a 75 mile radius of the Syracuse VA Medical Center as indicated by a mapquest.com driving directions search from prime designer to 800 Irving Ave, Syracuse NY 13210. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 no later than May 14, 2010 at 2:00pm. THREE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submissions should emphasize experience on similar projects, the key personnel to be assigned to this project, and specific VA experience. It is anticipated interviews for selection will be conducted the Third week of May and that a cost proposal from the A/E firm ranked as the most highly qualified will be required to be submitted no later than week of June 1, 2010. This is not a request for proposals. NAICS 541330 applies. Construction cost estimate is between $1,000,000 and $5,000,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA-528-10-RP-0133/listing.html)
 
Record
SN02123743-W 20100417/100415235742-16fb80c1b1393c3f05660a76cd9bbaef (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.