DOCUMENT
C -- PROJECT 512-12-120 DESIGN TO CORRECT ELECTRICAL DEFICIENCIES AT 4D EMERGENCY POWER RISER - Attachment
- Notice Date
- 7/30/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101B, Room 9;Perry Point MD 21902
- ZIP Code
- 21902
- Solicitation Number
- VA24512R0399
- Response Due
- 8/27/2012
- Archive Date
- 11/25/2012
- Point of Contact
- SANDRA ANDERSON, CONTRACT SPECIALIST
- E-Mail Address
-
2-2411
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- ARCHITECT-ENGINEER (A/E) DESIGN SERVICES: This A/E Services contract is being procured in accordance with the Brooks Act (Public Law [PL] - 582) and implemented in by the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. VA Maryland Healthcare System is seeking qualified A/E firms to furnish professional services to survey and design the existing emergency power distribution systems in several areas serviced by the "D-Quad" Riser and determine the extent of the deficiencies, and provide recommendations to correct the problems. A 120/208V electrical panel on the 4th floor, "4D-E2" that is supplying emergency power to equipment, devices, and sub-panels that require power far beyond the capacity of the panel. During emergency power and circuit breaker-testing, it was discovered that several of the circuit breakers serviced by panel "4D-E2" would trip when power switched from normal to emergency. It is suspected that the surge of power overloads the panels, causing outages which present potential issues during an emergency situation. The results of this Design Project will lead to a construction project that will address the deficiencies. Designs shall minimize electrical outages and disruptions to normal hospital activity. The scope of this project shall consist of, but not limited to: oSurveying and inspecting the existing conditions of the emergency power distribution system. This includes the D-quad Rriser as well as other potentially-problematic risers. Coordinate all surveys and site visits with the VA COTR and Maintenance staff -Identify panels that feed sub-panels-both normal and emergency power-and determine if corrections are needed. oPresenting findings of survey to VA COTR and Maintenance staff and discuss solutions -For any panels identified as potential concerns (including 4D), provide an electrical study of no less than 6 hours in duration to monitor the following: -Kilowatts (kW) -Ampere/phase -Volt-amperes (VA) -Inductive reactive power (kvarL) -Capacitive reactive power (kvarC) -Power factor (PF) -Frequency (Hz) -Kilowatt hours (kWh) -Reactive power per hour (kvarhL, kvarhC) -Total harmonic distortion (%THD) -Harmonic factorization (FFT) to 51st harmonic -Evaluate potential loads vs. panel load capacities. Provide an analysis of potential impact if one or more panels should fail. -Evaluate any governing device (breaker, fuse, etc.) to ensure that it is appropriate -Evaluate the capacity of the cable supplying each panel to ensure proper sizing oProviding designs/construction documents to correct any deficiencies found. -Submission and design requirements are outlined in further detail below -Provide plans to indicate impact of any necessary outages as part of corrections, including areas/equipment affected, estimated duration of outage, phasing, etc. -Provide designs for the replacement of electrical panel covers oRevising as-built drawings for any proposed work (specifically, drawings 1E-138, 1E-139, 1E-140, & 1E-140) oProviding Construction Administration services, including the evaluation of proposals, construction project management, inspection of all proposed work, and final testing and acceptance to verify effectiveness of corrections. oProviding a power analyzer, Ideal 800 Series Power Analyzer or approved equal, and all necessary clamps, leads, and connections to aid the VA maintenance staff in monitoring the distribution system. This project consists of preparing complete construction and demolition drawings with specifications for bid purposes. The drawings shall meet all applicable federal, state, and local governing codes. Drawing shall be stamped by discipline by registered architects and engineers of the prime SDVOSB Firm. THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE DISABLED VETERANS OWNED SMALL BUSINESS FIRMS. Before a SDVOSB is proposed as a potential contractor, they must be verified by VETBIZ and registered in the Central Contractor Registration (CCR) database. Register via the CCR internet site at http://www.ccr.gov. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. The NAICS Code for this acquisition is 541330 and the applicable Small Business Size Standard is not more than $14.0M average annual gross revenues for the past three fiscal years. The construction cost range for this project is between $500,000 and $1,000,000. The following evaluation criteria in accordance with FAR 36.6 will be used during the A/E selection process: (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 local conditions and codes. Firms will be evaluated by the A/E Evaluation Board, scored, and ranked according to score. The three most qualified firms will be invited to interview with the selection board, and will again be scored. The firm with the highest score will be selected and asked to negotiate a fair and reasonable price. Due to the need of multiple site visits and coordination on design reviews, consideration is limited to A/E firms with a working office located within a 100 miles radius of the VA Medical Center, 10 N. Greene Street, Maryland 21201. This distance is determined according to www.randmcally.com. Interested firms that meet the requirements listed in this announcement are invited to submit one (1) copy and one CD-ROM of SF 330 Part I and Part II to the Contracting Officer, Attn: Sandra Anderson, VA Medical Center, Building 101B, Room 9, Laundry Drive, Perry Point, MD 21902, and reference the announcement number and project title listed NLT 2:30 PM (EDT), August 27, 2012. SF 330 Forms can be obtained at http://www.gsa.gov/Portal/gsa/ep/formslibrary. Fax or electronic submissions will not be accepted. Interested parties shall ensure current State Licensing, and shall have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov at the time of submission of SF 330 Forms. In addition, to current annual Representations and Certifications must be filed online at https://orca.bpn.gov. THIS IS NOT A REQUEST FOR PROPOSAL. A solicitation will only be issued to the most highly ranked, qualified SDVOSB A/E firm. Point of Contact is Sandra Anderson, 410-642-2411 x6005, or sandraa.anderson@va.gov THIS REQUIREMENT IS SUBJECT TO AVAILABLITY OF FUNDS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24512R0399/listing.html)
- Document(s)
- Attachment
- File Name: VA245-12-R-0399 VA245-12-R-0399_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419725&FileName=VA245-12-R-0399-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419725&FileName=VA245-12-R-0399-001.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-12-R-0399 VA245-12-R-0399_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=419725&FileName=VA245-12-R-0399-001.doc)
- Place of Performance
- Address: VA MARYLAND HEALTHCARE SYSTEM;VA MEDICAL CENTER;10 N. GREENE STREET;BALTIMORE, MD
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN02819843-W 20120801/120730235504-b540b25ed17c3a3b6848184934352b64 (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 |