C1AZ--Electrical Master Plan Project 526-22-110

expired opportunity(Expired)
From: Federal Government(Federal)
36C24222R0096

Basic Details

started - 27 Jul, 2022 (21 months ago)

Start Date

27 Jul, 2022 (21 months ago)
due - 08 Aug, 2022 (20 months ago)

Due Date

08 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C24222R0096

Identifier

36C24222R0096
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103020)VETERANS AFFAIRS, DEPARTMENT OF (103020)242-NETWORK CONTRACT OFFICE 02 (36C242) (5211)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (1)

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.

Page 1 of THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide an Electrical Master Plan, Cost Estimates, study reports and all other related information for Project 526-22-110, Electrical Switchgear Replacement Master Plan at the James J. Peters DVA Medical Center, Bronx, NY. This Project will include the following SOW: Electrical Master Plan James J Peters VAMC Bronx, NY I. INTRODUCTION The James J Peters VA Medical Center located in Bronx, NY has a need to hire a subject matter expert (SME) to develop an electrical master plan. The SME will be tasked with creating a master plan consisting of sequentially phased electrical equipment replacement project concepts of approximately $7.5 million dollars each
that will replace all primary and secondary switchgear that is deemed deficient in the facility. The master plan shall consist of a narrative, basic schematic layouts of proposed projects and cost estimates. The SME will also evaluate existing project designs related to emergency generator replacements and primary transformer replacement to ensure those projects do not conflict with the overall master plan. It is preferred the SME have 25+ years of electrical switchgear experience, previous experience with the Bronx VAMC and have an office within a two hours drive. II. BACKGROUND The James J Peters VAMC was built in the late 1970 s and much of its primary and secondary electrical switchgear is original and is nearing the end of its useful lifespan. The medical center has four incoming services from Con Edison. Four 3MVA transformers step-down the utility voltage of 13,200 volts to a campus distribution voltage of 4,160 volts. Transformers and 4160V secondary switches are located outdoors in an open-air vault. The 4160V switches have corroded and are considered inoperable. One of the four transformers failed in 2019 and is currently contracted for replacement. Each transformer serves a 1200 amp, 4160 volt switchgear acting as a campus distribution node. The four 4160 volt switchgears (#1, #2, #3, and #4) are interconnected through a common switchgear assembly allowing the loads of a failed utility transformer to be picked-up by any of the remaining utility transformers. At least one of these 4160V switchgear sections was damaged via an overhead water leak in 2019 which exposed the overall vulnerability of all the 4160V switchgear. The common switchgear is also served by two 4160 volt generators operating in a parallel configuration. The generators provide an emergency power distribution node in the event all utility power is lost. Selective interlocking of circuit breakers within the common switchgear prevents generator power flowing into the common switchgear when utility power is present. These 4160V generators are original to building, are considered unreliable, and have not been maintained properly for suitable application for hospital standby power. A current project is under design to replace these generators with two government owned generators of similar size. The 4160 V switchgears serve (4) 2500kVA, 4,160 -480Y/277 volt, 3-phase, 4-wire step down dry type transformers with secondary network protectors which then parallel to (2) sets of 480V main station switchgears. The two main station switchgears are in opposite locations of the facility and combine to provide a total of 5000kVA of power throughout the main hospital and other campus buildings including Bldg.16, Bldg.101, MRI Bldg., Nursing Quarters and the Research building. Five 480V 600kW generators serve equipment, critical and life safety branches of emergency power. Generators are located outside and are located near air handler intakes. A current design exists to replace these generators. III. SCOPE OF WORK The SME shall provide master planning services including investigation of existing conditions, review of current arc flash and coordination study, analysis of current electric projects under design, and preparation of an overall electrical master plan narrative to include project concept layouts, and cost estimating. The incoming primary service entrances shall be investigated with respect to the newest version of the VA physical security and resiliency design manual (PSRDM) and electrical design manual (EDM) to ensure all replacement equipment locations are compliant with latest VA design standards. SME shall review recent power demand data to evaluate overall capacity and future growth potential with existing services. The VA does request that the remaining three old service transformers be included for replacement and that secondary feeders be replaced from all four transformers. SME shall review the existing project design to replace one of the transformers. SME shall evaluate feasibility of enclosing or providing a roof over the primary services. The 4160V switchgear shall be evaluated and consideration given to different concepts. The VA considers the current layout somewhat non intuitive and would like a new design that is simple to operate and offers maximum flexibility and redundancy capability. The VA is considering replacing the remaining 4160V chiller with a 480V unit fed from the existing substation which might add some flexibility to new 4160V switchgear concepts. A 4160V generator replacement project is currently under design. Review the design and recent generator study and offer suggestions if applicable to the design team so that project concepts developed as part of the master plan are not compromised. Insure the new 4160V paralleling gear provided is compatible with future concepts and limited floor space is not adversely impacted. Evaluate paralleling gear controls to ensure that future programming needs, if applicable, as part of the master plan can be accomplished. Evaluate 480V station switchgear. Review the design and recent generator study and offer suggestions if applicable to the design team so that project concepts developed as part of the master plan are not compromised. New gear should be considered for conventional Main/Tie/Main with goal of redundancy, reliability, lower arc flash potential and ease of use. Existing and future electrical loading shall be incorporated into the analysis of revised layouts. The SME should consider space saving designs in lieu of simply replacing equipment in kind. The VA does have a significant number of sub meters and although the meters are not communicating centrally, the SME might be able to derive estimated load profiles of sub sections of the campus or with a specific load. Evaluate boiler plant switchgear and future generator installation for boiler plant. (The VA requires boiler plants to have a dedicated emergency generator.) Future electrification of boiler plants might involve a large increase in electrical load and requires a careful analysis of VA mandated dedicated emergency generator requirement by the SME. Provide recommendations concerning boiler plant generator sizing, voltage and location. Evaluate the design and scope of the contract to upgrade five 480V 600kW Generac generators and the recent generator study. These generators are over ten years old, located outside, and in some cases discharge exhaust fumes into critical air intakes. In lieu of replacing generators in kind, the VA would like the SME to look at the design with an unbiased view and offer suggestions balancing the need for supplying a certain amount of 480V emergency power and providing N+1 generator redundancy with the difficulty of maintaining many generators spread throughout the campus. Compliance with PSRDM is essential. At least two older generators serving out buildings shall be considered for removal with their associated loads tied into this new 480V generator capacity. Provide assistance to facility with developing a short-range plan to bring existing generators to minimum code compliance standards. Provide recommendations for communications protocol for the proposed new switchgear that ensures proper integration with the current projects in design specified in Section IV. The Bronx VAMC comprises of multiple generators and switchgear that communicates with an outdated master control system. The master control system only integrates some of the gear and not all. SME will also provide a recommended sequence of operation that complies with all VA design specifications and facility needs. The communications protocol shall be easily serviceable and maintainable by a qualified technician and have a similar lifespan as the new switchgear The Bronx VAMC has a list of electrical deficiencies that have been given a grade of D and F on recent independent deficiency assessments. This assessment list plus the expertise of the SME creating the master plan will determine what equipment will be replaced/relocated and in what sequence the replacements will occur based on criticality, condition, costs, and constructability. All primary switchgear, 4160V secondary switchgear, step down transformers and 480V station service switchgears are original and have been graded as either D or F . Undersized feeders, and other issues as identified in the deficiency reports shall be incorporated into projects as necessary. The SME shall review appropriate VA design manuals, cost estimating guides and master specifications for guidance on VA design requirements to help guide cost estimates and layouts. The SME shall be familiar with latest version of the National Electric Code and be able to identify non-compliant installations. Since it is infeasible for equipment to be replaced in kind, SME will be responsible for concepts to include revised equipment layouts and relocations which will be constructable such that hospital operations are maintained with limited electrical downtime. Phasing considerations shall be a critical aspect of this plan. In circumstances where VA design standards might conflict with SME s proposed solutions, present justifications for non-compliance and present to VA no later than at 50% submittal phase. The VA will review any such deviations from the standards and advise acceptability to SME as part of the 50% review. The deliverables will include a narrative as to how and why projects are comprised, grouped, and sequenced, and a set of schematic drawings and a cost estimate for each proposed project. Due to current and projected funding limitations, projects should be targeted for a $7.5 million maximum cost unless infeasible due to scope. IV. PROVIDED DOCUMENTATION As Built Information to be provided. (These drawings comprise what is considered as built conditions, but information is not 100% accurate and needs to be field verified.) 2021 Arc Flash Study (Includes latest condition report and up to date single line drawings). 2005 Condition Report (from Sq D). Listing of Electrical Deficiencies related to Primary and Secondary Switchgear from facility condition assessment dated 2017. Drawings E100, E101, E212 and P2 from a recent project (older drawings- but included for clarity). Some original as built drawings of electric room drawings 101-1 and 101-E4. 2020 utility demand data. 2022 480-Volt Emergency Generator Technical Review by Paoletti Engineering PLLC. CURRENT PROJECT DRAWINGS: There are four current projects either proposed or currently under design at the Bronx VA which have some relevance to the proposed master plan. Since projects are not at 100% design, scope of works and current drawings will be provided during site visit to give the SME an idea of what work will be occurring. The SME shall review these designs and offer any comments or suggestions if modifications to the designs could assist with overall master plan. Project 526-21-107 is replacing the 4160V standby generators and providing new paralleling gear to be in high voltage switchgear room. Project 526-20-107 is replacing the facilities 480V generators. Project 526-20-117 is replacing transformer 1X28. Project 526-14-111 is installing centralized metering including electrical meters. VA FURNISHED MATERIALS (ONLINE) VA Master Construction Specifications PG-18-1. www.cfm.va.gov/TIL/spec.asp. VA Standard Details and CAD Standards PG-18-4. www.cfm.va.gov/TIL/sDetail.asp. VA Design and Construction Procedures PG-18-3 and PG-18-15 www.cfm.va.gov/TIL/cPro.asp. VA Environmental Compliance Manual PG-18-17. www.cfm.va.gov/TIL/spclRqmts.asp. VA Design Manuals (Electrical, Physical Security) VA Cost Estimating Reference V. REQUIREMENTS: SME must review information provided and schedule a site visit within 4 weeks after notice to proceed. Site visit to include field investigations of existing electrical equipment, review of any ongoing or future projects, and discussion with local site engineering staff. Include trip report in 50% submission. Within 30 days of site visit, submit a 50% report to include preliminary phasing concepts, estimates and project plans. Provide report in an electronic format either pdf or MS Word. Present options as applicable and include pros and cons for any options provided. Clearly indicate any issues in which proposed projects would not be fully in compliance with VA Electrical and/or Physical Security Design Manuals. 2 weeks after submission of 50% report , attend an on board review session via MS Teams at which time the VA will select which options to move forward with on final plan. 30 Days after on board review, provide final 100% report. Final report shall include narrative that identifies existing conditions, addresses facility condition and NEC code deficiencies, and presents project concepts for two or more projects that include basic schematic drawings and estimates. Estimates shall include escalation for a mid-point of construction starting at January 2024 for first project and add 15 months for each subsequent project. Include a total construction time for each project based on current equipment lead times. Note lead times used to calculate total construction time. Provide final report in pdf or MS Word format. Include representative cut sheets of new replacement electrical equipment proposed. All estimates shall be included in report and provided as a separate XLS document. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 (Engineering Services) and small business size standard of $22.5 Million. Magnitude of Construction is between $500,000.00 and $1,000,000.00. This is a 100% Service-Disabled Veteran Owned Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 15, 2022. Potential contractors must be registered in SAM (www.sam.gov ) and are visible/verified/certified as SDVOSB in VetBiz (https://www.vetbiz.va.gov/ ) at time of submission of their qualifications in order to be considered for an award. In order to assure compliance with FAR Clauses, 852.219-74 Limitations on Subcontracting (JUL 2018)(DEVIATION) and VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION), all firms submitting a SF 330 for this notice are required to indicate what percentage of the cost of contract performance will be expended on the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other consultant/subcontractor or otherwise used small or large business entity(s). Any consultant/subcontractor or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), small, large, etc.). Failure to provide this information will deem the firm s SF 330 submittal as nonresponsive and preclude further evaluation All A/E firms are advised that in accordance with VAAR 836.606-71 the total cost of the production and delivery of designs, plans, drawings and specifications shall not exceed 6 percent of the estimate cost of construction. Other A-E fees are not included in this 6 percent. Additionally, FAR Clause 52.236-22 (c) - Design Within Funding Limitation, will be applicable to this procurement action. SCOPE OF SERVICE REQUIRED Project 526-22-110 X. LOCATION James J. Peters VA Medical Center located at 130 W. Kingsbridge Road, Bronx, NY 10468. COST RANGE Estimated Construction Cost Range: Between $500,000 and $1,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. Page 1 of DESIGN COMPLETION PERIOD: The Department of Veterans Affairs requires design and contract support services. The A/E shall deliver final 100% report documents within 75_ calendar days from the Notice to Proceed (NTP). SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record proposed for this project only. Include specific experience and qualifications (i.e., education, training, registration, certifications, overall relevant experience, and longevity with the firm). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. The lead designer in each discipline must be registered but does not have to be registered in the particular state where the project is located. Specifically for this project, the VA will require a senior person with 25 years or more of electrical experience which included previous electrical planning projects. (This evaluating factor will have a significant rating value of 30). SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence required for this specific project, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (rating value of 20) CAPACITY This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. (rating value of 20) The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates PAST PERFORMANCE: VISN2 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm. (rating value of 10) Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except those ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope within a VA hospital setting in relation to the type of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. 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. (rating value of 5) To be rated ACCEPTABLE for this evaluation factor, the A/E firm must be within 450 miles driving distance from the prime contractor s main office or official satellite office to the James J. Peters VA Medical Center, Bronx, NY 10468 This distance is determined according to http://maps.google.com/ This factor evaluates the distance the AE firm's design office or official satellite office(s) from the location of work (VA Medical Center). Please provide the address (es) and distance of your closest office to the address listed in iv. above. 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. (rating value of 5) 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. (rating value of 10) PLEASE NOTE: The AE Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the AE firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The AE firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if - (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. SUBMISSION REQUIREMENTS: Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable. Failure to comply with this requirement may jeopardize the possibility of receiving an award due to noncompliance with the submission requirements. EMAIL SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) to Patricia.Cordero@va.gov no later than _4_PM, Eastern Standard Time (EST) on August 8, 2022_. Submittals received after the date and time identified will not be considered. The submittal will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. All SF 330 submissions shall be clearly indicated in subject line, displaying the solicitation number and project number and title (abbreviated and shortened is okay). Submission is to be no more than a total of fifty (50) pages; size of emails is not to exceed 10 megabytes (MB). If more than one email is sent, please number emails in subject line as 1 of 2, 2 of 2 etc. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: Cover Page with Solicitation Number, Project Number and Title Table of Contents Copy of Current A/E License Copy of current https://www.vetbiz.va.gov/ SDVOSB/VOSB certification DUNS Number Cage Code Tax ID number Email address and Phone number (including the area code) of the Primary Point of Contact.

James J. Peters DVA Medical Center 130 W. Kingsbridge Road  ,
  10468  USALocation

Place Of Performance : James J. Peters DVA Medical Center 130 W. Kingsbridge Road

Country : United StatesState : New YorkCity : Bronx County

You may also like

22-6249E Electrical and Mechanical Services - Citywide

Due: 14 Dec, 2024 (in 7 months)Agency: City of Goodyear

Please Sign In to see more like these.

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

Classification

naicsCode 541330Engineering Services
pscCode C1AZARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS