Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
DOCUMENT

Z -- 695-12-118 - 115 Replace Electrical Substation at VAMC Milwaukee - 695 - Attachment

Notice Date
6/21/2012
 
Notice Type
Attachment
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D12B0955
 
Archive Date
9/19/2012
 
Point of Contact
Dean Regazzi
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE -695-12-118, Bldg.-115 REPLACE ELECTRICAL SUBSTATION (CONSTRUCTION), at the Clement J. Zablocki VAMC, Milwaukee, Wisconsin. Contractor shall provide all labor, tools, materials, equipment, supervision, and necessary collaboration with WE-Energies for adding a 3rd 15KV feeder & the replacement of the Building 115 Main 15KV Switchgear station. Work includes demolition of existing power distribution systems & buildings and site restoration. Construction of a new substation building, duct banks, retaining wall and new switchgear, metering banks, transfer switches between banks, capacitor banks, new feeders and wiring to existing switchgear as described in the engineering documents. Construction includes High voltage pedestals, and feeders, for the entire medical center substation. Work includes extending of existing feeders and underground tunnel from the existing 115 vault to the new vault and switchgear house as required accommodating new installation of switchgear with minimal disruptions to the VA medical center. Studies include coordination & short circuit study, phasing plan for the power disruptions for the installation and de-installation of the switchgear and other equipment. Work also includes necessary temporary equipment such as temporary cable runs, housing, and supports. Renovations includes removal of the old and providing a new building for housing the new switchgear which include lighting, heaters, battery chargers, HVAC systems to maintain a conditioned and dry environment for the switchgear, site work, and underground electrical. This includes removal of obsolete utilities, walls, doors, equipment, power panels, etc. and returning demolition area to a useable space capable to support parked vehicles for the VA Medical Center in Milwaukee, WI. Site: Building 115 and associated site improvements. Site improvements include, but are not limited to; construction of a 2,000 sq. ft. single story building with a 2,000 sq. ft., 6'6" clear basement, new 9" security curb & gutter, concrete retaining wall construction and water main relocation. Construction services are to include the installation of a deep foundation, consisting of helical piers and pile caps bearing on suitable soil, in some locations, greater than 15' below existing ground surface. Coordination between site contractor, electrical contractor, mechanical contractor and VA RE is paramount for the duration of the project. Energy Efficiency Requirements: Federal Executive Order #13423 requires all energy efficient materials, equipment and systems to be evaluated and, if feasible, incorporated into V.A. projects. The A/E, prime contractor, and all subcontractors shall cooperate with the Federal Government in specifying, evaluating, documenting, purchasing, and installing energy efficient equipment that meet basic energy efficiency criteria established by the V.A. The Criteria can be defined as comparing total energy savings to total life cycle cost of the equipment. To accomplish this objective, the A/E shall produce an Energy Equipment Schedule comparing a description of each standard piece of equipment (or system) vs. a description of recommended efficient equipment (or system); including the estimated purchase price, estimated cost to install, maintain, and operate the equipment as well as the estimated annual energy usage and estimated useful life for each piece of equipment (or system). All design and installation will be in accordance with current VAMC, HVAC design guides, NEC, NFPA, ASHRAE 90.1, state, local, and all VA and federal codes. Provide energy savings equipment and design modifications for current energy usage to the most efficient and economical level possible. All work shall be accomplished within 540 calendar days after receipt of the Notice to Proceed at the VA Medical Center, Milwaukee, Wisconsin in accordance with the contract documents and specifications. All detailed requirements for the contract work areas will be shown on the drawings and specifications to be provided at the official posting of the solicitation. In accordance with Public Law 109-461, the Veterans Benefits, Healthcare and Information Technology Act of 2006, Pursuant to 38 USC 8127(d), competition is anticipated to be 100% Set-Aside for Service Disabled Veteran Owned Small Business firms. The SDVOSB must be CVE certified at website: http://www.vip.vetbiz.gov and registered in the following websites: http://ccr.gov and http://orca.bpn.gov prior to bidding on this project. The solicitation will be issued on/about July 25, 2012 with the bid opening on/about August 25, 2012. Dissemination of this solicitation is limited to electronic medium. All interested Bidders (primes & subcontractors) should register at www.fedbizopps.gov so that others will know of your interest in participating in this procurement and for automatic receipt of updates or amendments. Amendments to the solicitation will be posted at www.fedbizopps.gov. By registering to "Receive Notification", you will be notified by e-mail of any new amendments that have been issued and posted. Bidders are reminded that they are responsible for obtaining and acknowledging all amendments to this solicitation prior to the time for receipt of offers. All requests for information are required to be in writing to the Contracting Officer at dean.regazzi@va.gov. No telephone inquiries will be accepted. Award is subject to the availability of funds. There will be a pre-bid conference held for this project and all prospective bidders are encouraged to attend. Details of the pre-bid conference will be included in the solicitation package. The project magnitude range is between $2,000,000 and $5,000,000. The North American Industry Classification Code (NAICS) anticipated for this procurement is 237130 (Power & Communication Line & Related Structures Construction); small business size standard of $33.5 million applies. The contractor for this project will be required to provide a minimum of 15% of his/her own work force to complete this project. Davis Bacon Act wages will be required to be paid on this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D12B0955/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-12-B-0955 VA69D-12-B-0955.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=378643&FileName=VA69D-12-B-0955-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=378643&FileName=VA69D-12-B-0955-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Clement J. Zablocki VA Medical Center;5000 W. National Avenue;Milwaukee, WI
Zip Code: 53295
 
Record
SN02782157-W 20120623/120621235101-53614b12bdb2ac016586b47e5c75c635 (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.