Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

Y -- RECOVERY - Replacement of electrical systems in low containment animal facilities Buildings 3 and 4 at the National Animal Disease Center, Ames, IA.

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124
 
ZIP Code
20705-5124
 
Solicitation Number
AG-3K15-S-10-0003
 
Archive Date
1/23/2010
 
Point of Contact
Jennifer M. Friel, Phone: 301-504-1178, Sheila I. Anderson, Phone: 301-504-1168
 
E-Mail Address
jennifer.friel@ars.usda.gov, sheila.anderson@ars.usda.gov
(jennifer.friel@ars.usda.gov, sheila.anderson@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - The USDA, Agricultural Research Service intends to issue a Request for Proposals (RFP) for the Replacement of electrical systems in low containment animal facilities Buildings 3 and 4 at the National Animal Disease Center in Ames, IA. The ARS has a requirement for construction of the Electrical System Replacement of Buildings 3 and 4 at the National Animal Disease Center in Ames, IA. These buildings were constructed in the late 1950s and are approximately 50,000 gross square feet each. They each house large species of farm animals used in research programs. They have had some routine Heating, Ventilation, and Air Conditioning (HVAC) and finish upgrades performed. The electrical gear and distribution is for the most part original equipment which is difficult to maintain or obtain parts for. The buildings consist of several wings which house animal programs. During this electrical project, the buildings will remain in service with the wings vacated two at a time for the work to proceed. The scope includes re-feeding the buildings from the new campus distribution systems, replacement of the distribution transformers, replacement of main electrical gear, replacement of motor control centers, and replacement of distribution panels, feeder circuits, branch circuits and devices. The distribution transformers, main switchgear and motor control centers shall be installed in new locations to allow the building to remain operational throughout construction. As individual wings are vacated, the branch panels, wiring and devices shall be replaced in the same location. The nature of the facilities requires redundant feed from the campus system and redundant main gear. The campus utilizes 2 sets of feeders and a Power Monitoring and Control System (PMCS) to achieve either automatic or manual transfer between the redundant systems. The scope also includes the addition of advanced electrical metering for building feeder-level sub-metering, penthouse lighting, egress lighting, animal room lighting control timers, battery back-up for animal room lighting, lightning protection repair, and replacement of outlets in the laboratories, animal rooms and hallways. Work includes data communication in the laboratories, offices and hallways and a fire detection/alarm system. Asbestos Containing Materials (ACMs) are prevalent throughout the utility spaces between ceilings and attic floors and in the electrical room flooring. The scope of work will include asbestos removal and/or abatement. BASE ITEM Phase 1 work includes the removal, disposal and replacement of the following in Buildings 3 and 4; switchgear, replacement of motor control centers with branch panels and starters/disconnects, and replacement of 112.5 KVA transformers. Phase 1 includes power and lighting work in the basements and penthouses of Buildings 3 and 4. Phase 1 includes asbestos abatement at the attic of Wing I and selected floor tile in the electrical rooms in Buildings 3 and 4. and Phase 2 work includes the abatement of asbestos at the attics of all other wings and the electrical power and lighting replacement work at the first floor of Buildings 3 and 4. Abatement and electrical work are to be coordinated with each other and with the Government to allow for efficient use of time and materials and installation within the performance periods indicated. OPTIONAL ITEMS OPTIONAL ITEM #1 Option 1 work includes the re-feeding of Building 3 with 13.2kv service. This work includes: splicing into current 13.2kv service, construction of manholes, the new service entry complete with ductbank, bus duct, cables and cable terminations, and the removal, disposal and replacement of the existing distribution transformers, cabling and medium voltage switches. Interface with the PMCS is required under this bid option. OPTIONAL ITEM #2 Option 2 work includes the re-feeding of Building 4 with 13.2 kv service. This work includes: splicing into current 13.2kv service, construction of manholes, the new service entry complete with ductbank, bus duct, cables and cable terminations, and the removal, disposal and replacement of the existing distribution transformers, cabling and medium voltage switches. Interface with the PMCS is required under this bid option. OPTIONAL ITEM #3 Option 3 work includes furnishing and installing capacitor banks for Buildings 3 and 4. The contract performance time is approximately 560 calendar days (base and all option items) after the issuance of the notice to proceed. The Estimated Cost of Construction (ECC) for the project is between $5 million and $10 million. The NAICS code is 238210 with a size standard of $14 million. This procurement is being issued on an unrestricted basis using full and open competition utilizing the negotiated method by issuing a Request for Proposal (RFP). Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. The solicitation documents will be available for viewing and downloading on FedBizOpps (www.fedbizopps.gov) on or about November 25, 2009. A single pre-proposal conference and site visit has been tentatively scheduled for December 16, 2009, at 1:00 p.m. CST at the National Animal Disease Center (NADC) in Ames, Iowa. Subcontractors are encouraged to attend the pre-proposal conference and provide copies of their business resumes to potential prime contractors for possible subcontracting opportunities. Proposals are due on Friday, January 8, 2010, at the George Washington Carver Center, ATTN; Jennifer Friel, 5601 Sunnyside Avenue, Beltsville, MD 20705-5124. Due to the heightened security at Government buildings, offerors are encouraged to send their proposals via overnight mail. If proposals are sent via regular mail, please allow an additional five (5) days for mail scanning. Couriers will not be allowed to drop proposals off at the security desk; they must take them to the mail room located at the back of the building and therefore must do so in enough time to meet the date and time for receipt of proposals. All responsible sources may submit a proposal which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/AG-3K15-S-10-0003/listing.html)
 
Place of Performance
Address: Agricultural Research Service, National Animal Disease Center, Dayton Avenue, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02001969-W 20091112/091111000029-a5fda2b4bbb2ffaaee5f6e01f5200423 (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.