Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
SOLICITATION NOTICE

C -- Project No. 583-25-101 - Expand Chiller Plant Project.

Notice Date
8/12/2024 12:08:02 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024R0200
 
Response Due
8/28/2024 7:00:00 AM
 
Archive Date
11/01/2024
 
Point of Contact
Contracting Officer, Luke A. Turner, Phone: 513-559-3712
 
E-Mail Address
luke.turner@va.gov
(luke.turner@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SUBMITTAL INSTRUCTIONS: All SF330s must be submitted to luke.turner@va.gov, via email, on before the date/time of this synopsis closing. No physical copies will be accepted. SELECTION CRITERIA: Selection of firms for this architect-engineer requirement will be based on the demonstrated competence and qualifications of prospective contractors to perform the services at fair and reasonable prices, as required by 40 U.S.C. 1101. Below are the criteria that will be used during selection: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services; and (7) The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. STATEMENT OF WORK: The Architect/Engineer (A/E) firm shall furnish professional services for 100% design for the project entitled Expand Chiller Plant at the Richard L. Roudebush Veterans Affairs Medical Center, 1481 West 10th Street, Indianapolis, IN 46202. The design shall include Pre-design required documents, Schematic Design, Design Development, Construction/Bid Documents per the A/E Design Submission Instructions Documents, Construction Administration Services, Technical Specifications and Cost Estimates. The A/E shall provide a plan for the work items presented below and ensure no service interruptions and the areas are continuously served with redundant power sources during the evolution. Lockout/tagout plans will also be required for work on VAMC systems. The plan(s) should include estimated durations of time expected to complete the various task assignments. The existing chilled water plant consists of four (4) 1000 ton and (1) one 500 ton chiller for a total plant capacity of 4,500 tons. The existing plant operates as a primary secondary system with a dedicated primary pump per chiller and three (3) secondary chilled water pumps. The secondary chilled water pumps are designed to be N+1 redundant with only two (2) pumps required to run at peak load. However, actual conditions require all three secondary pumps to operate at 88% speed during peak loads. The system is designed to operate at a 12 degree chilled water temperature differential. The condenser water plant has (2) three cell towers for a total capacity of 6,000 tons. The estimated total connected equipment cooling capacity load is approximately 5,500 tons. The peak operating tonnage of approximately 3600 3800 tons. The chilled water plant does not currently have fully redundant N+1 configuration. Chiller 5 currently offers a load of 500 tons as partial level of redundancy but does not achieve the full N+1 requirement. The plant consists of 3 secondary pumps and 5 condenser water pumps that serve 6 cell cooling towers. The current configuration does not achieve the N+1 requirement. Based on the above information, it appears the plant operates near its full capacity with limited redundancy at its current peak conditions. Given the connected loads, the plant operates at an approximately 70% diversity factor. The existing chilled water plant would need to be expanded to accommodate this additional capacity. The chiller would require at minimum an additional 980 ton chiller and associated primary pump. To achieve redundancy during epidemic mode, then a minimum two (2) 1000 ton chillers would need to be added. The expansion of the chilled water plant would provide additional redundancy during non pandemic operating mode that the plant currently doesn t have today. The addition of chiller will require an additional 1000 ton cell cooling tower and associated condenser pump. Additional condenser pump will be required to achieve redundancy. Expansion of the automation system and refrigerant monitoring will be required to support new equipment. Central chiller plant air handling units, ventilation and exhaust system will need to be upgraded to accommodate additional equipment. Also, the existing plant headers and distribution piping are not sized adequately to handle the additional chilled water capacity. Building 22 , the chilled water plant, has a Medium Voltage (M.V.) 4160V unit substation (22 B) that provides power to four 1,000 ton chillers, and a 480V unit substations (22 C) that provides power to four MCCs, a 500 ton chiller and branch panelboards. The existing unit substations are fed from the campus primary switchgear in Building 23. Both unit substations do not have any available space for future breakers or switches. There are four MCCs in the building. MCC A is manufactured by Eaton and was installed around 2006. The MCC provides power to the plant chilled water pumps, cooling tower fans, chilled water make up pumps, hot water pumps, and exhaust fans. MCC B (manufactured by GE) is original to the building and provides power to chilled water pumps. MCC C (manufactured by GE) is older and provides power to chiller #4 primary and secondary pumps #5, #6, and #7 and an exhaust fan. MCC D (manufactured by GE) provides power to a chilled water pump. The feeder from MCC D is undersized. The secondary chilled water pump powered by MCC D cannot operate at 100% without causing an overcurrent fault. Two 1.5 MW, 4160V generators provide emergency power to the M.V. and 480V unit substations. The existing building load exceeds the output of the two 1.5 MW generators. There is a generator paralleling switchgear located in the main electric room. The power source is switched from normal power to emergency power using contacts and controls integral with the unit substations 22 B and 22 C. There are no ATSs for these units. The existing generator room does not have space for additional generators to be installed. Building 22 has one existing ATS (ATS22A1) that has an emergency circuit from the building 19 generator and a normal circuit from unit substation 22 C. This ATS is circuited to two branch panelboards in Building 22. Both the normal and the emergency circuits to the ATS are connected to two different generators. ***END OF SYNOPSIS***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca4e794c7a0d43dcbda7e71e59373753/view)
 
Place of Performance
Address: Cincinnati VA Medical Center 3200 Vine Street Cincinnati, Ohio 45220-2637
 
Record
SN07165908-F 20240814/240812230113 (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 |
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.