Y--Upgrade Lakemont Data Center UPS System

expired opportunity(Expired)
From: Federal Government(Federal)
VA24817R0685

Basic Details

started - 13 Jun, 2017 (about 6 years ago)

Start Date

13 Jun, 2017 (about 6 years ago)
due - 23 Jun, 2017 (about 6 years ago)

Due Date

23 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
VA24817R0685

Identifier

VA24817R0685
Department of Veterans Affairs

Customer / Agency

Department of Veterans Affairs

Attachments (25)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Apr 07, 2017 11:55 am
The Orlando VA Medical Center, Orlando Florida has a requirement for Project 675-17-817SL to Upgrade Lakemont Data Center UPS System per the drawings and specifications provided in the future solicitation.

THIS SOLICITATION IS A 100% TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE (SDVOSB). PROPOSALS WILL ONLY BE CONSIDERED FROM SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES THAT ARE VERIFIED IN VETBIZ AT THE TIME OF SUBMISSION OF PROPOSAL AND DATE OF AWARD in accordance with Public Law 109-461. This acquisition will be conducted under FAR Part 15, Trade Off source selection process as a competitive Request for Proposal (RFP).

The NAICS code is 238990/size standard is $15 million. Magnitude of Construction Cost range is between $1,000,000 and $2,000,000.

Project Overview:
This project will design and construct a replacement to the existing uninterrupted power supply (UPS) system at the VISN 8/
Region 3 Data Center located at the Lakemont campus. The replacement shall increase the runtime to minimum of 60 minutes and account for future expansion with extended runtimes that provide longer durations than the equipment that is currently configured. Currently the data center contains three 80 KW UPS systems (model numbers SYCF80K.) The three UPSs have a 9 min runtime loaded to 70% capacity, 16 minute runtime loaded to 53% capacity, and 35 minute runtime loaded to 56% capacity respectively.


Specific Project Requirements:

Architectural
Room 122, adjacent to data center, shall be repurposed as an extension of the existing data center to allow room for the new UPS system. The new equipment and batteries shall be installed in this room. If relocation of old equipment or batteries is required, they shall be relocated to this room.
Room 122 shall have interior walls within room and all cubicles demolished to maximize space and work flow of networking equipment that will be installed.
Flooring shall match the flooring system and finish of existing data center.
Insulation and sound attenuation characteristics of all walls and ceilings in room 122 shall match configuration of existing data center.

Electrical
Contractor shall ensure that the UPS system is fed from an electrical panel on the data center emergency circuit. Currently electrical panels CDP, APC-UPS, and P1D are fed from the data center emergency circuit. Panel CDP feeds the existing dedicated data center HVAC system while the existing UPS system is fed from panel APC-UPS. The data center emergency circuit has back-up power capability from the 600 kW generator, which is dedicated solely for the data center.
Contractor shall verify that sufficient space is available in existing panels. If existing panels do not have the required capacity, contractor shall provide provisions to install a new electrical panel with automatic transfer switch fed from the emergency data center power generator.
Contractor shall replace and/or move and expand the existing UPS system to its new location in room 122 in order to achieve a 60 minute runtime for all existing network equipment currently under UPS power.
Contractor shall turn over to the VA any existing UPS system equipment from existing data center that is removed and not used in room 122.
Contractor shall install two Symetra PX 175KW UPS units scalable to 250kW or a compatible system with minimum 60 minutes of runtime for both A and B sides of the data center.
The data center UPS system shall have a dual feed from commercial power using different paths. Two UPS units are required and must be fed from alternate electrical power sources.
Contractor shall redistribute and feed redundant 30A three phase power whips to all existing racks currently installed in the A and B sides of the data center from two different UPS (one whip from each UPS for a total of two whips per rack) and provide at least 30 additional power whips for future expansion.
Contractor shall allow designed UPS system to have capability to retain a 60 minute runtime for future expansion and addition of networking equipment. An allowance for adding 50% additional electrical load from networking equipment shall be made for future expansion with the capability to retain the 60 minute runtime.
The installer of the UPS equipment shall be a certified installer of the equipment provider/manufacturer.
A certified project manager from the equipment provider/manufacturer shall be provided which shall work with general contractor on site to ensure all site preparations, to include but not be limited to electrical, mechanical, and structural, are adequate and acceptable prior to equipment delivery and installation. A readiness report shall be provided to the COR.
The certified project manager from the equipment provider/manufacturer shall provide onsite services during equipment installation to include receiving equipment onsite and providing daily progress reports on installation.
Electrical outage to the data center will be required to transfer power from previous UPS system to new one. Contractor shall schedule and coordinate this sensitive outage a minimum of 4 weeks in advance and downtime shall be kept to a minimum. New UPS system shall be ready to provide power immediately when the switch over is made.
Commissioning and user training for new equipment shall be provided.
LED light fixtures shall be installed in room 122 to illuminate the area adequately to meet the design standards of the VA TIL.
LED light fixtures shall be installed on the data center emergency circuit.






Mechanical
Contractor shall provide provisions for proper cooling in room 122 where expansion equipment shall be installed.
The cooling system must use chilled water from the building as a primary cooling element, but be independent from the building HVAC system. The cooling shall have a secondary cooling element in the event the primary cooling element is not available.
Any required chilled water main tie-in shall be conducted as a wet tap to avoid utility shutdown of chilled water to the building.
The HVAC system installed or modified to support room 122 shall be fed from a panel on the data center emergency circuit.
Commissioning and user training for new equipment shall be provided.
HVAC shall be completed prior to switch over of data center to new UPS system.


Fire Suppression
Room 122 shall be equipped with a fire suppression and fire protection system. A gas suppression system shall be used to prevent damage to equipment in the event of a fire.
Commissioning and user training for new equipment shall be provided.
Fire suppression shall be completed prior to switch over of data center to new UPS system.

Special Requirements
Badges: Facility Management Services (FMS) will issue identification badges to contractors, employees and subcontractors which must be worn at all time when on VA property.
Contractor shall provide a list of all personnel who will participate on the project. Personnel can be subjected to a background investigation prior to commencement of work. Contractor will be issued appropriate quantity of badges per provided list.
Contractor shall keep the area cleaned daily and haul away all construction debris. All materials shall be tracked and logged to be reported back to the GEMS coordinator for recycling tracking purposes. When removing construction debris from facility it must be in a covered cart when entering and exiting the building.
Infection control shall be followed at all time. Contractor is responsible for following all requirements of Pre-Construction Risk Assessment. Negative Air Pressure and a pressure gauge verifying this will be required. Contractor shall provide submittals of products and materials in their proposal.





Solicitation VA248-17-R-0685 will be posted to the Federal Business Opportunities (FBO) website on or about 05/01/2017. All solicitation packages and amendments must be accessed on line. No Telephone requests will be accepted. Complete electronic solicitation with forms and specifications for submitting a response and to register your name on the bidder s mailing list may be obtained at the following website: www.fbo.gov. All amendments issued to this solicitation will also be available at this website and will not be mailed. Offerors are advised that they are responsible for obtaining amendments. A ONE-TIME organized pre-proposal site visit will be held and the date and time will be announced in the solicitation when it is posted to FBO. No prior information is available until the date of issue. All respondents are required to be registered and verified at www.vip.vetbiz.gov and must be registered at www.SAM.gov with complete online Reps and Certs. Vets 100 Registration is also required.

Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637Location

Address: Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637

Country : United States

You may also like

Copy of Copy of Copy of IFB 2107 BRAKES, FILTERS AND AIR CONDITIONING SYSTEMS FOR BUSES

Due: 29 May, 2024 (in 27 days)Agency: Maryland Department of Transportation

Fire Pumper Apparatus

Due: 08 May, 2024 (in 7 days)Agency: Terrebonne Parish Consolidated Government

66--INDICATOR,RATE OF F

Due: 01 May, 2024 (Today)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

238 -- Specialty Trade Contractors/238990 -- All Other Specialty Trade Contractors