AWARD
Y -- Replace Transformers, Related Switchgear and Generators in 3 Wings at the Richard L. Roudebush VA Medical Center, Indianapolis, Indiana
- Notice Date
- 7/14/2009
- Notice Type
- Award Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Louisville, US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-09-R-0037
- Archive Date
- 8/13/2009
- Point of Contact
- Janet S Crum, 502-315-6185<br />
- E-Mail Address
-
US Army Corps of Engineers, Louisville
(janet.s.crum@lrl02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912QR-09-C-0052
- Award Date
- 7/14/2009
- Awardee
- Premier Power Maintenance Corporation, 6525 Guion Road, Indianapolis, IN 46268
- Award Amount
- 5,535,894.00
- Line Number
- Line Items 0001, 0002, 0003
- Description
- This project will consist with two (2) items. Item one (1) will be to Replace Generators and Related Medium and Low Voltage Equipment and Item two (2) will be to Replace Transformers and Switchgear, Building 23 and Building 1, C-Wing. This project is located at the Richard L. Roudebush VA Medical Center, Indianapolis, Indiana. Information for item one is as follows: Contractor shall completely prepare site for building operations, including demolition and removal of existing structures. Contractor shall provide all tools, equipment, material, labor and supervision necessary to renovate and expand the existing electrical generators and equipment within various buildings at the Medical Center. Work is to include replacement of primary voltage switches, transformers, distribution gear and generators, as well as associated building modifications required to perform the work, necessary removal of existing structures and construction and certain other items that will be specified in the solicitation documents. Information for item two is as follows: Contractor shall completely prepare site for building operations, including demolition and removal of existing structures. Contractor shall provide all tools, equipment, material, labor and supervision necessary to renovate and expand the existing electrical transformers and switchgear equipment within Building 1, C-Wing at the VA Medical Center. The existing substation consists of a selectable primary switch, a 500 kva oil filled transformer, a 1600 amp busway, and a 1600 amp main breaker distribution switchboard. The existing substation primary switch, transformer, busway, and distribution switchboard will be replaced with new components having the same size characteristics as the existing equipment. An existing distribution panel serving emergency loads will also be replaced. The new equipment will also implement an SCADA system for monitoring of the individual circuit breakers and control of the main breaker. The SCADA system utilized will be compatible with the campus Johnson Controls Metasys system. A new 6-ton A/C unit will be installed to cool the switchgear room. Work shall also include associated building modifications required to perform the work, necessary removal of existing structures and construction and certain other items that will be specified in the solicitation documents. All employees of the general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and restricted from unauthorized access. Prior to commencing work, the general contractor shall provide proof that an OSHA certified competent person (CP) (29 CFR 1926.20(b)(2) will maintain a presence at the work site whenever the general contractor or subcontractors are present. All employees of the general contractor or subcontractors shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training as determined by VA CP with input from the ICRA team. Training records of all such employees shall be submitted for approval before the start of work. Electrical hot work operations shall be performed and safeguarded in accordance with NFPA 241 and NFPA 51B. Previous documented experience with medium voltage hot work is mandatory. All work shall be accomplished within 365 calendar days after receipt of the Notice to Proceed. Proposals will be evaluated using a Low Price Technically Acceptable (LPTA) evaluation method and will be evaluated on Past Experience, Past Performance and Price. The estimated cost range for this project is between $1,000,000 and $5,000,000. NOTE: This requirement is Set Aside for Small Business. The NAICS code for this project is 236220. The size standard is$33.5 M.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/Awards/W912QR-09-C-0052.html)
- Record
- SN01874558-W 20090716/090714235856-f862f4cdd71411ba8f033d2baaa3d791 (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 |