DOCUMENT
Z -- BLDG 200 MCC Replacement - SF - Attachment
- Notice Date
- 1/11/2012
- Notice Type
- Attachment
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- VA26112B0318
- Response Due
- 3/8/2012
- Archive Date
- 6/6/2012
- Point of Contact
- William W. Hall Jr
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTIFICATION ACQUISITION IS A TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) SET ASIDE (SA) Solicitation (IFB) Number: VA261-12-B-0318 Project Number: 662-12-004 Project Title: Bldg. 200 Motor Control Center Replacement Project Location: VA, VHA, SFHCS, San Francisco, CA Project Magnitude: between $500,000 and $1,000,000. IFB is to be issued electronically free of charge at FBO Website. The solicitation will be issued on or about February 1, 2012 with the bid opening on or about March 8, 2012. The bidder is responsible to monitor and download any amendments from FedBizOpps https://www.fbo.gov which may be issued to this solicitation. A Pre-Proposal Conference (PPC) may be held for this project. Details of any PPC will be included in the solicitation package. Attendance at PPC is not mandatory for a firm's submission of an Offer. Exact times, dates, and locations shall be provided in the IFB. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), this construction project is set-aside for Service-Disabled-Veteran-Owned Small Business (SDVOSBs). All prospective contractors must be registered on the VetBiz website and be VISIBLE on this website, http://www.vetbiz.gov, to be considered for award. In accordance with FAR 52.204-7, Required Central Contractor Registration and in accordance with FAR 2.101, VAAR 802.101 VetBiz Registration, prospective firms must be registered in Central Contractor Registration (CCR) and in the VetBiz databases prior to award as a SDVOSB firm, and must have current record in the Online Representations and Certifications Application (ORCA) prior to bid opening. If you are not registered with CCR, you may request an application via phone at 1-888-227-2423 or register online at http://www.ccr.go you may register in VIP at http://vip.vetbiz.gov. To complete Representations and Certifications with ORCA, you may go online at https://orca.bpn.gov Applicable NAICS Code is 237130 Power and communication line and related structures construction Applicable Product / Service Code is Z1DA (Old Code Z141) Construction of Hospitals and Infirmaries. Contracting Activity: Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) Building AB7, Room AB732 150 Muir Road Martinez, CA 94553 Engineering Activity: Department of Veterans Affairs (VA) San Francisco Health Care System (SFHCS) San Francisco, CA Bldg. 200 Motor Control Center Replacement Project # 662-12-004 General Intention: A.Contractor shall furnish all labor and materials needed to perform all demolition, renovation, replacement, installation, finishes and commissioning required by this scope located at the San Francisco Veterans Affairs Medical Center as required by specifications. B.Visits to the site by bidders may be made only by appointment with the Contracting Officer for the project. C.This project is to take no longer than 360 calendar days from notice to proceed. This project will be phased and temporary electrical feeds will be necessary, the contractor shall reflect this in his proposal. D.The contractor will dispose of all equipment components demolished or replaced as part of this project. E.Contractor shall be responsible for providing temporary electrical feeds to electrical motors as necessary for replacement of each Motor Control Center. Also the contractor will be obligated to re-route all conduit and feeds as necessary to complete the installation as shown on attached diagrams for new equipment locations. All load transfers shall occur at night or over weekends. F.The contractor shall include all necessary name plates for each device and provide the arc flash rating for each piece of new equipment. The contractor shall show the report which includes the calculations to determine the arc flash rating for each piece of new equipment. Arc flash protection similar to the Eaton Motor Control Center models is preferred. G.Variable Frequency Drive (VFD) Where ever referenced, assumes Toshiba Q9 or equivalent equipment to be provided and installed by the contractor. H.Each Motor Control Centers shall have gateway monitoring system similar to the Eaton system or equivalent. It shall be able to allow trending and monitoring of each device in the Motor Control Center. This system shall be networked to allow remote monitoring from the network. Each device in the Motor Control Center shall have a LCD screen to show electrical values of each connected device; current, volts, KW, per phase, etc. I.All Motor Starts shall have LED indication lights for status: run, off, failure. J.The contractor shall provide the adequate amount of spaces per the table per each MCC. The contractor is to provide the correct size Motor Start, VFD, or breakers as required by the table. K.The contractor shall be responsible for tying in all Motor Starters shown on the load schedules. All existing Motor Starts located at the equipment shall be bypassed and removed from the equipment. This will insure all Motor Starters will be energized from the Motor Control Center Cabinets only. MCC-D: MCC-D shall be a 42 cell MCC. Replacement of MCC-D will require a new feeder to be installed from the basement of Bldg.200, from MS-2 panel board to the penthouse location. The contractor is provide a new Breaker in MS-2 for 400 Amp rating for this new feed. Recently a similar electrical feed was installed from EMS-B on the exterior of the building to the penthouse, approximate linear run was 300 Feet. The VA will be providing the 600 MCM wire for this installation. This wire is located on site or can be delivered to the contractor to be spooled for installation. The VA would like a similar installation for this new feed for MCC-D. This project will include painting of the exterior conduit with marine paint type application on the existing conduit and the new. This new feed will connect to the new MCC-D in its new location, see drawing A. This feed will be 600 kcmil size wires, 3 wires and a ground in the conduit. The contractor will need to install the appropriate conduit size and pull boxes required for this installation. The contractor will also provide the wire and labor necessary to install the wire rating necessary for the project. The VA is specifying Eaton Motor Control Center equipment due to its Arch Flash safety device features which will make this installation very simple. Without completing a large shutdown, the VA would like to have both MCC-D, new and old activated at the same time to allow a faster switch over of each load independently allowing only small shutdowns for each device. The contractor shall have the new MCC-D 100% installed and ready for load transfer. The contractor shall prepare and install all re-routing conduits and junction boxes before the first shutdown is scheduled. Once the entire load of MCC-D has been transferred and connected to the new MCC-D, old MCC-D shall be demolished and removed. New MCC-D has a load schedule below showing each planned transferred load and spares located which will be filled with an adjustable breaker. New MCC-D rating is minimum 600 Amps, 480/277. Before MCC-D can be replaced, EF-200 will need to be replaced and relocated to top of the penthouse. The contractor shall provide a new 2,500 CFM exhaust fan shall be baked epoxy coated. The contractor shall also provide and install a new stainless steel disconnect for this fan. The contractor shall be responsible to for re-routing the existing ductwork and provide new ductwork as needed for this install. The contractor shall demolish the old exhaust fan and is existing curb. MCC-E and X: MCC-E shall be a 21 cell MCC. MCC-X shall be a 14 cell MCC. Once MCC-D has been replaced, in its original location will be the new MCC-E and new MCC-X location. Each MCC has a load schedule below showing existing load, and spare locations which shall have an breaker installed. There are three emergency feeds that feed existing MCC-E and MCC-X; a 100 amp, 200 amp, and 400 amp feed. See one line diagrams attached to reference the feeds. When both MCC are completely installed, MCC-E will be fed by a 400 amp feed; that it is fed from now. MCC-X will have a 200 feed which exists but not yet activated. The 200 amp feed is not connected, but coiled up inside the MCC-E. The 100 amp feed will be abandoned and leads will be removed from the breaker in panel EMS-B. The 200 amp feed leads will need to be landed on an existing 200 amp breaker located in panel EMS-B. The equipment on both of these MCCs must have short shut down times either for load transfer or temporary feeds. MCC-E shall be a minimum of 400 Amp 480/277 V. MCC-X shall be a minimum rating of 200 Amps 480/277 V. MCC-F: MCC-F shall be a 42 cell MCC. MCC-F will be replaced and the new MCC-F will be placed in the same location. The existing loads on MCC-F will be temporarily fed from the new MCC-D during replacement. The existing feed for MCC-F is a bus tie off the existing MCC-D. When new MCC-F is completely installed, it will be fed from the existing feed of MCC-D, as new MCC-D will have a new feed installed during the project. MCC-F has a load schedule below, showing existing loads and spares that will be installed for the new MCC-F. MCC-F minimum rating is 400 Amps, 480/277. With the replacement of MCC-F, a new door will be cut into the existing louver section of the North side of the penthouse, near MCC-F location. This door should be 4' wide minimum, with appropriate lockset shown in specification section 010000. This will allow the contractor to access the penthouse for easier delivery of these electrical items. Interested parties shall be required to demonstrate verification in the US Department of Veterans Affairs Vet Biz CVE Database. The VA wishes to thank all firms interested in this project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112B0318/listing.html)
- Document(s)
- Attachment
- File Name: VA261-12-B-0318 VA261-12-B-0318_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287193&FileName=VA261-12-B-0318-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287193&FileName=VA261-12-B-0318-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-12-B-0318 VA261-12-B-0318_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=287193&FileName=VA261-12-B-0318-000.docx)
- Record
- SN02652999-W 20120113/120111235220-7d03d1369896b6af451ef5ef4e057393 (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 |