Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOURCES SOUGHT

C -- Architect Engineer Services(Electrical Design and Engineering Services)

Notice Date
7/12/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA-528-07-RI-0175
 
Response Due
8/10/2007
 
Archive Date
10/9/2007
 
Small Business Set-Aside
N/A
 
Description
VA intends to award an Architect/Engineer contract for preparation of working drawings and specifications, cost estimates, submittal review, other construction period services and engineering services for Project Number 528A7-07-7604ES FCA (Facility Condition Assessment) Electrical Deficiencies at the VA Medical Center, Syracuse, NY and at the Donald J. Mitchell Department of Veterans Affairs Outpatient Clinic, Rome, NY and 528A7-07-764ES, Correct Rome Electrical deficiencies (design only) and 528A7-07-765ES, Replace Rome Emergency Generator. There are twenty-five (25) separate electrical design and engineering service tasks that may be included in this intended award, dependent upon VA's design budget and the fee schedule negotiated with the most highly ranked firm. The brief descriptions below summarize those tasks in a somewhat descending order of importance dependent again upon available funding. Task descriptions that do not include ".at the Rome clinic." are applicable to the Syracuse VA Medical Center. Each task may result in a separate construction contract award. During the initial design phase, evaluations will be made as to which tasks might be efficiently combined to result in fewer construction awards. . Provide construction drawings and specifications to replace the panel boards and safety switches or add fusible switches if indicated. . Provide construction drawings and specifications to apply under voltage protection to the secondary breakers feeding the three large chiller units and the secondary breaker feeding the motor control centers for the purpose of mitigating single phasing thus minimizing motor winding damage. . Provide construction drawings and specifications to replace existing trip units in with modern electronic style RMS trip units. . Provide construction drawings and specifications to replace the Normal and Emergency switch boards at the Rome clinic. . Provide construction drawings and specifications to replace numerous lighting and distribution panels that have inadequate fault current ratings at the Rome clinic. . Provide construction drawings and specifications to replace the Westinghouse motor control center at the Rome clinic. . Provide construction drawings and specifications to replace inadequately rated circuit breakers and disconnect switches at the Rome clinic. . Provide construction drawings and specifications to replace inadequately rated cables at the Rome clinic. . Provide construction drawings and specifications to replace fusible type starters with solid state type starters at the Rome clinic. . Provide construction drawings and specifications to reset breaker settings as necessary to comply with the NEC at the Rome clinic. . Provide construction drawings and specifications to replace existing automatic transfer switches (4 ea.) with new isolation bypass switches in new location. . Provide construction drawings and specifications to separate life safety branch circuits and replace elevator normal and emergency feeds. . Perform a thermo-graphic survey of the entire electrical system. . Investigate whether the feeder breaker that supplies normal source power for the fire pump is adequate to handle lock rotor current continuously as required in the National Electric Code (NEC) Article 695.4B(1). Additionally, investigate whether there is a need for the addition of a new fire pump controller with automatic transfer capability to a standby generator source circuit in accordance with NEC 695.3. . Provide construction drawings and specifications for resulting corrective measures for fire pump circuit if directed by the VA. . Existing Generator #5 is configured with dual automatic transfer switches with separate circuit breaker disconnects. Provide construction drawings and specifications to reconfigure Generator #5 for a new single automatic transfer switch with integral bypass isolation switch and an electronic trip 1000 amp main breaker within 10 feet of the generator. . Provide construction drawings and specifications to replace the nurse call and public address systems. . Provide construction drawings and specifications to install a facility-wide power monitoring system. . Provide construction drawings and specifications to separate normal from emergency power at the Rome clinic. . Perform a thermo-graphic survey of the entire electrical system at the Rome clinic. . Update all electrical panel directories at the Rome clinic. . Provide construction drawings and specifications to install a power monitoring system at the Rome clinic. . Provide construction drawings and specifications to replace the exterior walkway site lighting at the Rome clinic. . Provide construction drawings and specifications to install fire alarm strobe lights in bathrooms and other public areas. . Provide construction drawings and specifications to replace automatic transfer switches at the Rome clinic. Investigative services shall include review of VA program requirements and project scope to determine the equipment and construction criteria, and to provide preliminary plans, drawings, and estimates. Design services shall include, but not be limited to, providing complete working drawings, specifications, and detailed cost estimates. Services include meet with various VA employees, in order to fully understand the functional needs, carefully review the space selected for this project, then prepare construction cost estimates, designs and construction contract documents as described herein. Design services for asbestos abatement, if found to be required at any time during the project, shall be required for an additional fee. Asbestos Monitoring services during construction may be required of the A/E as a reimbursable expense if that should occur. Design services shall include infection control design in order to be in compliance with the Joint Commission on Accreditation of Healthcare Organizations (JCAHO) Environment of Care Standards. Drawings will be CADD generated demonstrated to be fully compatible with AutoCad 2008. Specifications shall be compiled from VA master specifications which are available on the internet. Short-List Criteria to select the firms for interview will be based on specialized experience and technical competence, specific experience and qualifications of proposed personnel, past performance for VA work, geographic location of the firm, success in prescribing the use of recover materials, waste reduction and energy efficiency, and the inclusion of small business consultants. Special consideration in the evaluation and selection process will be given to Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses. Final ranking of interviewed firms will be based on the team proposed for this project, the proposed management plan, previous experience of the team, geographic location of the firm, proposed design approach, project control, estimating effectiveness, sustainable design, miscellaneous experience & capabilities, awards, insurance and litigation. The area of consideration is restricted to firms within a 150 mile radius of the Syracuse VA Medical Center. Appropriate data for this project must be submitted to the Contracting Officer on Standard Form 330 no later than August 10, 2007. THREE COPIES OF EACH (along with any supplemental information) ARE REQUIRED. Submission should emphasize experience on similar projects, the personnel to be assigned to this project, and specific VA experience. Designs must be completed so that resulting construction contracts may be solicited and awarded before September 2008. This is not a request for proposals. NAICS 541330 applies. Construction cost estimate of all tasks combined is between $2,000,000 and $5,000,000.
 
Place of Performance
Address: 800 Irving Avenue;Syracuse, NY
Zip Code: 13210
Country: US
 
Record
SN01340561-W 20070714/070712220935 (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  © 1994-2020, Loren Data Corp.