Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
DOCUMENT

C -- 630A4-16-430 DESIGN UPGRADE LIFE SAFETY/CRITICAL BRANCH ELECTRICAL DISTRIBUTION BROOKLYN CAMPUS - Attachment

Notice Date
9/11/2018
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
36C24218R0617
 
Response Due
10/15/2018
 
Archive Date
1/13/2019
 
Point of Contact
Emily I. Lindsey
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a Sources Sought Notice for the following services related to the Upgrade Life Safety/Critical Branch Electrical Distribution Project No.: 630A4-16-430, at the New York Harbor VAMC- Brooklyn Campus. Project Scope: The VA Medical Center, Brooklyn, New York is seeking professional engineering firms, under NAICS code 541330 to provide A/E professional services to prepare basis of design, executive summary reports, design development drawings, contract drawings, specifications, cost estimates, and construction period services for the VA Medical Center Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209. Specific Requirements: 1. The A/E shall provide construction documents and specifications to install new automatic transfer switches to separate the facility electrical system into three electrical branches Critical, Equipment and Life Safety to comply with NFPA 70 and NFPA 99. 2. The A/E shall perform a thorough study of the existing facility electrical system in order to determine how the electrical system shall be separated into the three branches, the number of transfer switches that will be needed. The A/E shall review the different transfer switch options and systems available and provide a narrative of the positives and negatives for each system. 3. The project design includes all necessary conduit, wiring, electrical feeders, electrical panels, automatic transfer switches, electrical closets required to separate the facility electrical system into three branches. 4. The project includes installing an emergency battery back-up system in the egress lighting system and exit signs in all buildings that do not have an isolated transfer switch. 5. The project design includes upgrading or replacing the following electrical panels and equipment in SB, SIEMENS A, SIEMENS B, PP-B,SWBD DP-B, PPBSW, PP3R, LP2F-1, MCCE-R-1, HDP-1CA, LPE-1A, LPE-GB, LPC-1C, EPP-EL, PPE-GB, PPE-GC, HDP-1A, LP-GB, LP-GC, LP-1A, PP-HXB, PPE-X1,HDP-1CB, and LS-GB in order to meet higher fault current levels as referenced in the Square D and SEL arc flash and electrical system studies as referenced in the Square D and SEL arc flash and electrical systems studies. 6. The project design includes installing a ground in Panel LP-BH in Building #1 and cleaning the panel. 7. The project design includes replacing the improperly installed two pole breakers in Panel LP-B in Building 1 and covering the empty slots and knockouts in the panel. 8. The project design includes installing a new door and replacing the improperly installed three pole breaker on panel LP-BB in Building 1. 9. The project design includes installing covers over the empty slots in Panel LP-2J RS and Panel LA-1 in Building 1. 10. The project design includes correcting the neutral to ground bonding in Panel PP-2Q and installing covers over the knockouts and lugs in Panel PP-2Q. 11. The project design includes cleaning Panel PP-2P in Building 1. 12. The project design includes installing a ground in LP-2L, LP-2H, LP-2SE, Panel P-1-2-3 and LP-2G in Building 1. 13. The project design includes installing covers over the empty slots in Panel DP-3W2, X-ray panel and LP-3F1 in Building 1. 14. The project design includes installing a new lock on Panel LP-4G1, LP-GX and LP-15A in Building 1 15. The project design includes installing a new frame and cover on Panel PP-NO in Building 1. 16. The project design includes replacing the white feeder wire in Panel LP-7B in Building 1. 17. The project design includes replacing panel LP-8KA and eliminating the exposed main breaker. 18. The project design includes correcting the wiring in Panel LP-14C in Building #1 19. The project design includes installing vertical cable support bushings in Panel LP-15A in Building 20. The project design includes replacing the 225 KVA outdoor transformer for Building #2. 21. The project design includes cleaning Panel MCC-AC-2 in Building #4. 22. The project design includes running new feed to transformer for MDP in Building 14. 23. The project design includes cleaning Panel LPE-BA in Building 15. 24. The project design includes upgrading panel LPE-GC in Building 15. The panel currently has a 100Am p main with a 125 amp feeder breaker. 25. The project design includes replacing the outdoor wiring enclosure on Building 21 with an enclosure rated for outdoor use. 26. The project design includes installing electric metering for the Building 14 Data Center and the Building 3rd Floor IT server room and connecting to the VA national metering system. 27. All work shall conform to VA criteria and regulation. The project design shall comply with VA Electrical Design Standards & Criteria, ASHRAE 90.1 and all applicable NFPA codes. 28. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. 29. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. 30. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. 31. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. 32. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. 33. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. 34. The Architect/Engineer is responsible for completing the VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access or Use to VA Sensitive Information. Contractors must provide a copy of the signed training to the COR prior to starting work and annually thereafter. Training expires 365 days after the training is taken. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). III. Industrial Hygienist N/A IV All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria. V. The following must be incorporated into the A/E design: 1. Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommend various options for the hospital engineers to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. 3. Provide all necessary site survey work to verify As-Built drawings and field conditions. 4. Provide construction period services and site visits. VI The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): 1. Mechanical 2. Electrical 3. Architectural 4. Structural 5. Plumbing VII. Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, 95 and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. 1. Contract Originals and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets using AutoCad (version 14 and 2016). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the The following evaluation criteria will be used during the A/E selection process: 1. Team proposed for this project; 2. Proposed management plan; 3. Previous experience of team proposed for this project; 4. Location and facilities of working offices; 5. Proposed design approach for this project; 6. Project control; 7. Estimating effectiveness; 8 Miscellaneous experience and capabilities; 9. Awards & recommendations; 10. Insurance & litigations. The applicable NAICS code is 541330. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified by the Office of Small and Disadvantaged Business Utilizations Center for Veterans Enterprise (CVE) through www.vetbiz.gov before award. SDVOSB firms desiring consideration must have a working office located within 300 miles of the Brooklyn, New York city limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6. The estimated construction cost for this project is $5,000,000 to $10,000,000. The NAICS code for this procurement is 541330 and small business size standard is $15.0 million. Responses must be received by 4:30 PM, October 15, 2018. Electronic submission of SF 330 s is preferred; email completed SF330 s to Emily.Lindsey2@va.gov Subject Line: 26C24218R0617 SF330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24218R0617/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218R0617 36C24218R0617.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585349&FileName=36C24218R0617-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585349&FileName=36C24218R0617-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: New York Harbor Healthcare System;VAMC Brooklyn;800 Poly Place;Brooklyn
Zip Code: NY
 
Record
SN05084533-W 20180913/180911231619-9c865a33466de5c3e6b767bd9db6a5e3 (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.