Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
MODIFICATION

Z -- ELECTRICAL LOAD STUDY

Notice Date
5/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RP0146
 
Response Due
5/24/2010
 
Archive Date
6/23/2010
 
Point of Contact
Michael L Owen
 
E-Mail Address
7-2190<br
 
Small Business Set-Aside
N/A
 
Description
RFP VA263-10-RP-0146 NIACS 238210 The VA Minneapolis Contracting and Purchasing Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415 on behalf of the Facilities Engineering Service, VA Medical Center, One Veterans Drive, Minneapolis, MN 55417 intends to award to a Sole-Source Service Disabled Veteran Owned Small Business (SDVOSB) concern, Zap Electric, St. Cloud, MN the following project. This is NOT an ARRA project. This synopsis is published in accordance with VA Acquisition Regulations (VAAR) 810.001 and 810.002. Z - CONSTRUCTION PROJECT - ELECTRICAL LOAD STUDY AND TESTING The Contractor shall provide all labor, materials, equipment and services to perform work for the Electrical Load Study and Testing project for the VA Medical Center in Minneapolis, Minnesota as required by the project drawings and specifications. Base Item - The proposal will provide a base bid for all of the following as required in buildings 49, 69 and 70: 1.Switchgear and Switch Board Testing: Contractor shall furnish all labor, equipment and material necessary to complete the work and all testing of all medium voltage switchgear, and unit substations, as described in the specifications and as shown on the drawings. Note: unit substations 3 and 10 will require temporary parking lot lighting during times of interruption - assume 4-6 temporary lighting structures during this time. 2.Motor Control Center Testing: Contractor shall furnish all labor, equipment and material necessary to complete the work and all testing of all motor control centers, as described in the specifications and as shown on the drawings. 3.Transformer Testing: Work includes testing of all liquid-filled transformers 600 volts primary and above. Dry-type transformers shall be tested under Option No. 3. 4.Circuit Breaker Testing: Work includes insulated case, molded cases, and power type circuit breaker testing of all switchgear, unit substation, and motor control circuit breakers per drawings and specifications. All branch circuit panelboard breakers, distribution panelboard breakers, and other breakers not part of unit substations, switchgear, or motor control centers shall be exercised per the specifications. The quantity of panels are shown on the drawings, and include approximately 22,000 breakers that require exercising. 5.Circuit Switcher Testing: Work includes testing of all circuit switchers in the switchgear and unit substations per drawings and specifications. 6.Grounding System Testing: Work includes testing of the grounding system at all unit substations per drawings and specifications. 7.Grounding and Ground-Fault Protection System Testing: Work includes testing of all ground-fault protection equipment in all unit substations per drawings and specifications. Option Items - The proposal shall include 22 separate option items. Option items 1 through 7 are for work in buildings 49, 69 and 70 unless specifically identified. Option items 8-21 are for Bldg 70. Option item 22 is for all electrical equipment in the specified buildings. 1.Work includes testing of the protective relay equipment. There are 64 protective relays that require testing. Field verify specific requirements. 2.Work includes a thermographic survey as shown on drawings and specifications. 3.Work includes testing of all dry-type transformers as shown on drawings and per specifications. 4.Cable and Load Tap a.Medium-voltage Cable Testing: Work includes testing of all Medium-Voltage Cables between the Energy Center Building (Building No. 69) and the VA Medical Center (Building No. 70) per drawings and specifications. This includes the load break elbow room. b.Load Tap-Changer Testing: Work includes testing of all Load Tap-Changers in unit substations per drawings and specifications. 5. Capacitor Bank Testing: Work includes testing of all capacitor banks per drawings and specifications. Note: the capacitor bank shown for unit substation 13 is not used and does not require testing. 6.Emergency System Testing: This alternate includes all testing of the emergency distribution system, including, but not limited to the emergency distribution system unit substations, downstream distribution and branch panels, metal enclosed busway between EDP-Main and EDP-Cent, transformers, medium-voltage cable, automatic transfer switches, etc. per the drawings and specifications. Note: this testing will require extensive coordination of scheduling to ensure patient safety during down times. The maximum scheduled outage time shall not exceed 6 hours. The maximum allowable time if normal power were lost to restore the emergency system shall not exceed 15 minutes (this will require the contractor to limit breaker testing to one at a time). 7.Equipment Repairs. This option includes the repair of specific equipment and includes; a.In bldg 69 repair the power on/off indicating lights on the 13,800V switchgear. Ensure that they are of the correct style and voltage so that they don't consistently burnout. b.In bldg 49 Room A108 repair the Duplex Switch/Key Interlocking mechanism. Previously, the switch would not operate correctly. The problem is believed to be somewhere in either the Key Interlock or linkage inside the cabinet. The cabinet had to be opened and something moved in order for the switch to be operated properly. 8.Arc Flash Analysis Substation 1 and electrical equipment fed by Sub 9.Arc Flash Analysis Substation 2 and electrical equipment fed by Sub 10.Arc Flash Analysis Substation 3 and electrical equipment fed by Sub 11.Arc Flash Analysis Substation 4 and electrical equipment fed by Sub 12.Arc Flash Analysis Substation 5 and electrical equipment fed by Sub 13.Arc Flash Analysis Substation 6 and electrical equipment fed by Sub 14.Arc Flash Analysis Substation 7 and electrical equipment fed by Sub 15.Arc Flash Analysis Substation 8 and electrical equipment fed by Sub 16.Arc Flash Analysis Substation 9 and electrical equipment fed by Sub 17.Arc Flash Analysis Substation10 and electrical equipment fed by Sub 18.Arc Flash Analysis Substation 11 and electrical equipment fed by Sub 19.Arc Flash Analysis Substation 12 and electrical equipment fed by Sub 20.Arc Flash Analysis Substation 13 and electrical equipment fed by Sub 21.Arc Flash Analysis EDP-Main and electrical equipment fed by Sub 22.Arc Flash Analysis Bldgs 9, 10, 47, 49, 68, 72, 73, 74, 76 The VA has scheduled an organized site visit for this project on March 23, 2010 at 9:00 am at the VA Medical Center, Facility Engineering Service, Project Section, Room BR-145. Solicitation and scope of work documents are expected to be available at www.fbo.gov on or about March 17, 2010. In accordance with the VA Acquisition Regulations (VAAR 836.204) Disclosure of the Magnitude of Construction Projects, the range for this project is between $250,000 and $500,000. Liquidated Damages: $200.00 per calendar day, including holidays and weekends. NAICS 238210 - $13.0M applies. Project duration is anticipated to be 180 days from Notice to Proceed. Offerors are to complete and submit their proposals (original and one copy required) not later than Monday, May 24, 2010 at 4:30 p.m. CT. POC: Michael Owen, Contracting Officer, E-mail: michael.owen@va.gov Facsimile or other electronic methods WILL NOT be acceptable for the purposes of submitting a proposal. If proposal is to be mailed or delivered by third party courier the address is: Department of Veterans Affairs, Minneapolis Contracting and Purchasing Office, 708 South Third Street, Suite 200E, Minneapolis, MN 55415 ATTN: M. Owen. If proposal is to be hand delivered the delivery address is the same as above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RP0146/listing.html)
 
Place of Performance
Address: ONE VETERANS DRIVE;MINNEAPOLIS, MN
Zip Code: 55417
 
Record
SN02150550-W 20100516/100514235450-6796ed35f711a4ffcb0d32be72049ff2 (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.