MODIFICATION
C -- 589A7-21-700, EHRM Infrastructure Upgrades
- Notice Date
- 8/10/2020 11:34:43 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520R0101
- Response Due
- 8/28/2020 12:00:00 PM
- Archive Date
- 11/26/2020
- Point of Contact
- Sean P Jackson, Contract Specialist, Phone: 913-946-1126
- E-Mail Address
-
Sean.Jackson@va.gov
(Sean.Jackson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 23 of 23 Synopsis: CONTRACT INFORMATION This Architect/Engineer (A/E) Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) Architect/Engineering (A/E) firms. This requirement is being procured in accordance with the VAAR 836.606-73 as implemented in FAR Subpart 36.6. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified architect/engineering firms who meet the professional requirements listed herein. Architects/Engineers shall possess current professional licenses and certifications as required and issued by the state (U.S. only) at the time of SF330 submittal in response to this request. The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1 and are listed below in descending order of importance. The completed SF 330 will be evaluated by the Wichita VA Medical Center Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. The Government will not pay nor reimburse any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted via email only to Sean.Jackson@va.gov and Jennifer.Sotomayor@va.gov. Hard copies shall not be accepted. Personal visits to discuss this announcement shall not be allowed. There will be no site visit by any architectural or consulting firm allowed. The NAICS Code for this procurement is 541512 Computer Systems Design Services and the small business size standard of $30.0 M. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is approximately 258 calendar days including time for VA reviews. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF THE OFFEROR SHALL BE ACCOMPLISHED BEFORE REVIEW OF SF 330. THIS ACQUISITION IS 100% SET-ASIDE FOR QUALIFIED SERVICE DISABLED VETERAN OWNED SMALL BUSINESS ARCHITECT/ENGINEERING FIRMS IN COMPLIANCE WITH VAAR 852.219-10. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, (http://www.Vetbiz.gov), SHALL BE CONSIDERED. FIRMS NOT VERIFIED AT THE TIME OF RECEIPT OF THE SF 330 IN VETBIZ.GOV SHALL BE CONSIDERED NON-RESPONSIVE AND SHALL BE EXCLUDED FROM FURTHER CONSIDERATION. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors shall be actively registered in SAM prior to submitting their qualifications package. Any firm not actively registered in SAM by the date of receipt of the SF 330 and which does not list NAICS code 541512 in the Representations and Certifications section shall be considered non-responsive and shall be excluded from further consideration. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at www.sam.gov for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) A/E firms are required to respond if interested by submitting one (1) completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants), information pertaining to electrical system design team members, computer network consultant/design team members, communication system design team members, and a design quality management plan. Submission information incorporated by reference shall not be considered. All submissions shall be made electronically. Packages which are hand delivered or delivered via surface mail or any other method other than electronically shall not be reviewed. Completed package shall be delivered electronically on or before 08/28/2020 at 2:00PM Central Time to the NCO 15 Contracting Office, Attn: Sean Jackson or Jennifer Sotomayor, Contracting Officers Contracting Office Address: 3450 S. 4th Street Trafficway, Leavenworth, Kansas 66048. Sean.Jackson@va.gov or Jennifer.Sotomayor@va.gov. Hard copies shall not be accepted. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VA Acquisition Regulation (VAAR) Part 836.602-1. Prospective firms are required to address all selection criteria within submitted SF 330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed fifty (50) pages exclusive of table of contents, title page, and divider pages. Each side of a piece of paper is considered to be one page (i.e. Two pages to a single sheet of paper). Blank pages are not included in the count. Packages exceeding 50 pages shall be determined to be non-responsive and shall be excluded from consideration. Prospective firms are required to address all selection criteria within submitted SF 330 packages. Qualifications (SF330) submitted by each firm for Project # 589A7-21-700, EHRM Infrastructure Upgrades Wichita, KS will be reviewed and evaluated based on the following evaluation criteria listed below: 1. Professional Qualifications: the qualifications of the individuals who will provide design services will be examined for experience and education and their record of working together as a team. AE firms shall have professional architects, engineers, and consultants who are licensed in the United States of America and be able to produce the license when requested. The specific disciplines which will be evaluated are: Architects, Computer Network Consultant/Designer, Project Managers, Engineers (to include Electrical, Communications, Civil, Mechanical, Fire Protection, and Structural), LEED Consultants, and Estimators. 2. Specialized Experience and Technical Competence: specific experience and technical skill of individuals and the team in the type and scope of work required for design of new construction, computer network infrastructure, communications network design, electrical systems design, construction, and renovations to existing medical facilities, Government agency, or private industry which operates 24 hours a day, 7 days a week, and 365 days a year including, where appropriate, experience in renovating existing space to accommodate new electrical, computer, and communications networks, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualifications of personnel (both prime contractor and subcontractor/consultant) proposed for assignment to the project and their record of working together as a team will be evaluated. 3. Capacity to Accomplish the Work: The general workload and staffing capacity of the design office which will be responsible for the majority of the design and the ability to accomplish the work in the required time will be evaluated. In accordance with VAAR 852.219-10(c)(1), prime contractors shall clearly demonstrate how they will meet the requirement that at least 50 percent of the design work be accomplished by employees of the concern or employees of eligible service-disabled veteran owned small business subcontractor/consultant. This project has been set aside 100% for a service-disabled veteran owned small business. 4. Past performance: The prime A/E firm shall provide the past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to this project that were accomplished with the Department of Veterans Affairs, other Government agencies, and/or private industry in terms of scope, cost control, quality of work, and compliance with performance schedules will be examined. Demonstrate past performance in integration of new computer systems, communications, and electronic systems with existing networks and systems in an active medical center, hospital, Government agency, or private industry which operates 24 hours a day, 7 days a week, and 365 days a year. Current point of contact information must be provided so past performance can be verified (email, telephone number, etc). Project past performances that are older than 3 years will receive a lesser score than those references for projects accomplished within the past 3 years. 5. Location of Design Firm: Per FAR 36.602-1 Selection Criteria: Given the responses to the Sources Sought notice, it has been determined that at least 3 qualified firms exist within a 500 mile radius of the Wichita VA Medical Center located at 5500 E. Kellogg, Wichita, Kansas 67218. Prime Architects responding to the request for SF330 s shall report the distance to the Prime contractor office. Architectural Prime Contractors outside of this 500 mile radius may be evaluated but will receive a lesser score. Firms may use Google Maps, Mapquest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Wichita VA. 6. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. A/E SUPPLEMENT B TO SPECIAL PROVISIONS OF PROJECT 589A7-21-700 SUPPLEMENT B PROJECT TITLE/NUMBER: Electronic Health Record Management (EHRM) Infrastructure Upgrades - Wichita, KS, 589A7-21-700 DESIGN TIMEFRAME: A/E shall deliver final specifications, drawings, and construction documents NLT 258 calendar days after the Notice to Proceed (NTP) Letter. CONSTRUCTION BUDGET/DESIGN LIMITATION: $13,130,530 CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project): Design Manual Reference PG-18-10 Design and Construction Procedures, PG-18-3 A/E Submission Instructions, PG-18-15, Minor and NRM Projects, Vol C Standard Details. Program Guide, PG-18-4 Equipment Guide List PG-18-5 Equipment Guide List Index Space Planning Criteria, PG-18-9 VA-Space and Equipment Planning System (VA-SEPS) Architectural Accessibility and VA Barrier Free Design Standards PG-18-13 Asbestos Abatement Design Manual VA Signage Design Guide Master Construction Specifications, Program Guide-18-1 VA Design Alerts VHA Fire Protection Design Manual VHA National BIM/CAD Standards Physical Security Design Manual for Mission Critical Facilities Whole Building Commissioning Process Manual VA Sustainable Design Manual Infrastructure Standards for Telecommunications Spaces Design Guide Templates for Critical Telecommunications Spaces National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, Department of Veterans Affairs etc.) Note: Above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF DESIGN/CONSTRUCTION PROJECT: A/E shall be required to provide all technical and engineering disciplines as needed to meet project requirements as outlined. It will consist of, but is not limited to, to the following infrastructure improvements: Electrical (electrical panel upgrade, power (normal, emergency)), Bonding, UPS, Building Management System interfaces, assess for new and upgrades to existing HVAC, reconfiguration, expansion and renovation of existing space (demo, new construction, finishes), communication infrastructure (new Data outlets, patch panels, upgrade to Cat 6A cable) in buildings as necessary, physical security upgrades, assess and upgrade fiber infrastructure backbone campus wide within buildings and between buildings, install diversified path to datacenter for WAN, hazardous material abatement. The total renovation is 8,400 SF. The A/E shall stringently design per the Government requirements for a system which will support the Electronic Health Record equipment provided by Cerner. The Cerner requirements are incorporated into the following documents: Infrastructure Standards for Telecommunications Spaces Design Guide Templates for Critical Telecommunications Spaces 00 VA OEHRM Site Infrastructure Requirements The architectural and engineering (A/E) contractor shall provide all professional services required to renovate the existing IT closets in the follow building locations include: Buildings 1A, 1, 2, 3, 4, 5, 5B, 6, 7, 11, 12, 13, 16, 19, 20, 21, 26, 29, 34, 58, 59, 60, 61, 62 and site. A/E shall design in accordance with 52.236-22, Design Within Funding Limitation (APR 1984), the estimated construction contract price limitation for this project is $13,130,530. If the project cannot be designed within funding limits specified, the A/E shall notify the Contracting Officer immediately in writing and shall not proceed further without direction from the Contracting Officer. A/E will review VA furnished asbestos survey to identify known areas of remediation. The A/E shall conduct a study to supplement VA furnished survey to identify additional possible asbestos and/or lead contamination. The A/E will be responsible for all specifications and cost estimations associated with remediation required as part of the design period of services. The A/E shall be responsible for third party air monitoring services to be provided during remediation of hazardous materials (i.e. asbestos, lead, mold, etc). Construction shall include the abatement of any hazardous materials as identified on the provided drawings. Remediation shall be performed by the construction contractor. The construction of this project will take place in a very busy occupied building and is to be completed to allow medical care functions to be maintained uninterrupted throughout construction necessitating carefully phased construction and coordination with VA COR/users. The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted because of this project. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C, all VA supplemental physical security directives, and provide commissioning in accordance with VA whole building commissioning manual requirements. A/E shall work in collaboration with VHA staff and State Historic Preservation Organization, SHPO, to mitigate and come to agreeable terms for historic buildings on the campus for any construction that may disrupt or change the appearance of historic buildings in the historic registry. The A/E shall produce documentation that they will upload to the SHPO website that clearly states the agreed upon terms. The A/E shall apply for SHPO approval at their web site, https://www.kshs.org/shpo, then provide the Government documentation of application and SHPO approval letter prior to changes to buildings, building material or landscapes. A/E shall design to Guiding Principles Compliance and Validation requirements within VA Sustainable Design Manual. Project shall follow Internal Certification for NRM projects A/E to complete checklist and supporting documents and provide a copy to COR as well as email final check list to VA s Green Management Program (GMP) at Energy@va.gov . Design multiple deductive bid alternates into the construction documents equal to at least 20% of the total construction cost (Design Limitation) not including contingency. The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct alternate. Bid deduct alternates will reflect the appropriate reduction in project completion time (days). Each subsequent design submission shall incorporate all required changes/corrections from the previous set. A/E shall furnish summary of changes with comments on concurrence or reason change was not incorporated (i.e. code or VA requirements). SCOPE OF WORK FOR A/E: A. Design Development: The A/E shall make investigations necessary to thoroughly evaluate the area, including interviewing the staff impacted during construction. All design shall be in accordance with A/E Submission Instructions for NRM Construction Program, Program Guide PG-18-15, Volume C. B. Construction Document: After the VAMC approves the A/E's design development for construction documents, the A/E shall prepare construction documents necessary to accomplish the approved design development. C. Construction Period Service: The A/E shall perform design services as detailed within this document. The A/E shall provide 3rd party commissioning agent. The A/E shall provide 3rd party air-monitoring services during abatement. D. Functional Product: The A/E shall perform design development, detailed design work, and prepare detailed construction documents, keeping in mind the result shall be a completely functional fully operational product encompassing all unique processes of the facility to include but not limited to patient care, employees, visitors, equipment and security. The final design documents will be subject to review and signature approval of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. The A/E shall provide design in Revit or compatible software. The A/E shall complete design in accordance with VHA BIM and CAD standards. The A/E shall produce 2D CAD drawings from the model. E. The A/E will provide and maintain a secure FTP site that will be accessible to the VA staff assigned to the project. The site will be secure and only accessible with a username and password, to be provided by the A/E. This site shall be used throughout the duration of the project design and construction. A/E to provide web data services to VA specification for final construction and bidding documentation. Web service will have the ability to process, record, manage and exchange submittals from all parties involved in the submittal processes. Data exchange web site will provide services comparable to those provided by submittalexchange.com. Web service shall be accessible by VA computer systems and considered a secure site by the VA. A/E shall provide access to assigned staff, Contracting Officer, and contractors. Contractors shall have read and submission access only. The submittal data exchange system shall remain active through entire construction period. Once construction period is complete A/E shall provide one (1) CD copy of all submittal files. A/E FEE DETERMINATION: The A/E is to present their fee proposal for evaluation and negotiation in the following format: Submit completed Price Proposal on NCO 15 Form 10-6298. The spreadsheet is to have the work broken out in hours by position, by discipline and by design phase. Include a list of the number of drawings required for each design phase broken out by drawing type per discipline. Include a summary of the foregoing with the number of hours required for each drawing type and each major task. The spreadsheet will be used to facilitate review and comprehension of work effort and document fee. Include information from Part IV in a separate cover letter. Part V must be signed. Submit the electronic file of the spreadsheet upon request. Include a letter of understanding with the price proposal that presents a detailed understanding of the Supplement B. The letter of understanding shall include an analysis of the fee included and excluded from 6% fee limitation as compared to the estimated Construction Budget. Reproduction and delivery costs of Design Review Material and other direct costs, such as travel costs, are included in the costs for each design phase and are not reimbursable. The costs of Bidding reproduction, delivery and other direct costs in accordance with the Milestone Submittal Requirements are included in the CD Phase. Unused site visits will be deducted at the end of the contract. Provide an outline of the Quality Assurance/Quality Control actions that your firm will take during the design process and construction period. Monthly QA/QC reports are required, including actions taken to maintain project quality, schedule and budget, and will be submitted with project invoices using an approved invoice format. Correction of A/E s Errors and Omissions, including required site visits to ascertain remedial action, is included in scope of services at no additional cost to the VA. DESIGN DEVELOPMENT: The A/E shall make investigations necessary to thoroughly evaluate the conditions of the existing space and utilities. Feasibility and constructability of the project as well as alternative project solutions shall be included in initial design development. The design shall include any energy efficiency improvements available for the application. All design shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, PG-18-15 Volume C. A/E shall plan for the following design and design review meetings as part of the Scope of Work. A/E shall complete an initial SEPS run to determine appropriate square footage and workflow requirements. A/E is required to interview Facilities Management and end user staff to gather workload data as appropriate for SEPS run. The A/E is required to collaborate with VA space planner, COR, IT, and other VA department end users to and to use the initial SEPS run to develop the initial needed equipment list for a fully functional design that will need to be purchased during the construction phase. This is required at the 30% design mark and will be amended as required throughout the design phase. A/E shall provide at least three schematic layout options for review by the VA. Review of space layouts with Facility Planner and Project Staff (End users, COR, Safety, Infection Control, etc.). A/E shall provide a review of the schematic layout that will be provided by the government and incorporate any changes. A selection of the preferred design option will be chosen in this session. Space layout shall meet current VA Space Planning Criteria (7610 building design guide) and follow the Uniform Federal Accessibility Standards (UFAS) and VA Barrier Free Design Guide (PG-18-13). Facility Condition Assessment: The A/E shall review the most recent VA Facility Condition Assessment (FCA) provided by the VA and include remediation of FCA items related to all spaces/rooms in the project design. The A/E will provide a design that addresses all FCA deficiencies that are within the scope of this project. The A/E will include in their Basis of Design discussion of deficiencies and decisions regarding how to address and correct the deficiencies in the design. The A/E will include in their Basis of Design any FCA deficiencies that are not addressed and not corrected to the highest FCA level, to include identification of the roadblocks preventing full correction of the deficiency. The A/E will provide line item costs in the estimate for all FCA deficiencies addressed. Pre-Design Site Investigation: The A/E shall conduct a thorough site inspection to verify existing conditions. This shall include an extensive tour of the existing spaces and investigation of existing utility systems and their capacities, structural analysis, and other possible upgrades required. Provide an agenda for site visit to ensure all required key staff and players can be included and scheduled. Architectural: field verify all existing elevations and architectural dimensions Exterior: field verify finishes and architectural details Interior: field verify all dimensions for existing installed features, to include but not limited to doors, windows, plumbing fixtures, built-in furniture and casework, and Hazardous Materials: identify existing materials that are suspect Asbestos Containing Materials (ACM), Lead, or other hazardous material contamination. Conduct on-site sampling and testing to address abatement requirements in the design. Electrical: field verify location of electrical panels and test existing load to determine available capacity. Field verify the panel(s) for existing electrical circuits within the scope of this project and the load for those specific circuits that will be available for this project. Mechanical: field verify existing conditions, components and measurements, for all mechanical systems to be evaluated for the renovated spaces. Plumbing: field verify existing conditions to include pipe sizes and condition, line pressures and flow rates, and locations of connection to main campus utilities. Telecommunications: Investigate the existing system and determine whether sufficient capacity is available to provide the appropriate level of services. Investigate all existing telecommunications installations such as existing concealed conduit runs, conduit, cable termination types/sizes, telecommunications and systems equipment locations, etc., which potentially impact the new installation. A/E will include design of cabling and installation of wi-fi access points as located by VA ITOS. All fiber should be terminated with little connect little connect (LC-LC) connectors. Demolition: The project will include demolition work of architectural, mechanical, plumbing, fire alarm, fire suppression system, telecommunications/data, and electrical system. All utility systems and equipment will be demolished back to its original source. Architectural: Field verification of elevations and architectural dimensions are crucial to the success of this project, as the existing drawings are best represented. As part of the project the Architect will update the existing conditions as part of this project design and final as-built conditions following completion of this project. Plumbing/Piping: Plumbing systems shall be evaluated and updated to meet the latest Plumbing Codes. Design modifications, additions and relocations to the plumbing systems and fire protection system must follow the VISN X policy and Life Safety codes and other applicable code requirements for a complete certified functional system. Project provides for the fire stopping of utility penetrations thru fire and smoke rated partitions, floors, and interstitial decks. The Plumbing Consultant will provide a design that removes all existing dead-legs in domestic cold and hot water piping distribution systems to remain serving any floor and in the interstitial space above back to main branch source. The design shall include disinfection procedures for the Prevention of Legionella for all potable water distribution systems. Where required by code and local authorities, backflow preventer assemblies will be designed in accordance with local requirements for temporary and permanent connections. Civil: Where required by code and local authorities having jurisdiction, the A/E will incorporate local codes and standards in the design and construction documents. Heating, Ventilation and Air Conditioning (HVAC): The HVAC systems need to be evaluated for the building and IT closet and updated to meet the latest HVAC Design Criteria. The A/E must evaluate, and field verify the existing HVAC systems to include airflow (supply, return, exhaust, air exchanged rates, etc.), Chilled Water System, and the Hot Water / Steam System serving the design scope area. The design will include an integrated controlled HVAC system. The HVAC controls will also interface with the existing building control systems. The A/E shall provide Special Inspections by a certified 3rd party Testing, Adjusting, and Balancing (TAB) agency and a certified member of AABC or NEBB to perform TAB services for HVAC, water balancing and vibrations and sounds testing of equipment to verify existing HVAC operating conditions. The TAB report will provide planning and systematic (TAB) procedures, design review report, systems inspection report, duct air leakage test report, systems readiness report, balancing air and water distribution systems, vibration and sound measurements, and recording and reporting results. The TABreport will be incorporated into the Mechanical basis of design. The Mechanical Consultant shall provide design services to replace/upgrade the existing air handler and air distribution systems in strict compliance with the VA HVAC Design Manual for New, Replacement, Addition, and Renovation of Existing VA Facilities (current edition). The Consultant shall ensure that the design meets VA individual room requirements such as positive or negative room pressurization, minimum air exchange rates, filtration, individual temperature & humidity control, and variable air volume (VAV) or constant air volume (CV) operation. When calculating load requirements, A/Es will ensure calculated air handling unit (AHU) peak supply air volumes shall include a minimum 5% leakage allowance and 10% safety factor to the maximum CFM and round off to the nearest 100 CFM per VA HVAC Design Manual. A/Es will use the most conservative ASHRAE approved load calculation methods in sizing AHU peak loads. Electrical: The electrical systems need to be evaluated and updated to meet the latest Design Criteria. The A/E must evaluate the electrical systems serving the design scope area to determine if there is enough, and provide modifications and extensions to the existing electrical systems, security system, communications system, fire / safety system, etc. All panels (to include all phases of voltage and amperage) shall be metered (all phases) for 30 days/as required before any planned connection to insure available capacity. This required metering will be the responsibility of the A/E firm to complete. This design shall evaluate existing As Built drawings and all ongoing electrical upgrade projects during the design process. Any new equipment being added must be reviewed for arc flash hazard, properly specified for labeling and updated in the VA Arc Flash Hazard Model at the completion of construction. A/E will confer with COR on requirements for any additional conduits for future expansion. Hazard...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e59920fd36a04b799b5ad96fd5325cb4/view)
- Record
- SN05750538-F 20200812/200810230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |