Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOLICITATION NOTICE

Z -- 589A5-24-103, Replace Generators and Automatic Transfer Switches - EK

Notice Date
5/15/2025 12:26:08 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525R0069
 
Response Due
5/27/2025 12:00:00 PM
 
Archive Date
06/26/2025
 
Point of Contact
Timothy P Fitzgerald, Contract Officer
 
E-Mail Address
timothy.fitzgerald@va.gov
(timothy.fitzgerald@va.gov)
 
Awardee
null
 
Description
Colmery-O Neil VA Medical Center Topeka, Kansas Repair Generators and Automatic Transfer Switches CONSTRUCTION PERFORMANCE WORK STATEMENT (PWS) PROJECT LOCATION: Colmery-O Neil Veterans Affairs Medical Center, 2200 SW Gage Blvd, Topeka, Kansas, 66622. SCOPE OF WORK: The work covered in this contract consists of furnishing all labor, expertise, equipment, materials, facilities, transportation, and appliances necessary to perform operations in connection with the work described in paragraph 3. Summary of Work. It is the intent of the government for the contractor to provide a complete and useable system. Any relevant details required for a complete system that are omitted in the contract plans and specifications will be provided by the Contractor at no cost to the government. SUMMARY OF WORK: Work shall consist of but is not limited to the following: The contractor shall provide all necessary labor, materials, and equipment to remove the existing generators and dispose of the existing generator sets, install the new and government furnished generator sets, to and replace the three ATSs. Remove and replace the generator set in building 41 with a government furnished generator set. This work includes installing the generator set base on new isolator pads installed on the existing generator pad and making all necessary alterations to the existing electrical lines, fuel lines, engine exhaust system, air intake plenum. Functionally test the generator after installation per manufacturer s specifications. Provide temporary emergency power generator equivalent to the existing generator set for the duration of time required for the existing generator set to be remove and the new generator set install and accepted. The contractor must inspect and service the government furnished Kohler Genset to include but not limited to, changing the oil and oil filter, flush fuel lines and replace fuel filter, replace the air filter and flush and replace radiator coolant. Existing generator set: Cummins Model No. 400FDC3043AB serial number BD-9672-1824. Government furnished generator set: Kohler Power Systems Genset Model 100REOZJF serial number SGM328CKG. Remove the louvered double doors into the building 41 room 100 generator room and replace with non-louvered insulated hollow-core metal doors. The contract shall provide all labor, material, and equipment to remove the existing metal double doors, frame and raised concrete threshold (60 inches long x 6 inches heigh x 5.5 inches width) so that the new double door threshold is flush with the finished concrete floors. The new double doors and standard frame shall be hollow-core metal and sound rated for a minimum of 45 sound transmission class. The contract shall provide all labor, material, and equipment to frame the enlarged new opening in the masonry wall for the new entry door to create a 2-hour fire rated wall around the door. The contractor shall provide all labor, material, and equipment to install a new double door. The new doors shall be exterior hollow-core metal doors, Level 3, Model 2 shall have the following characteristics. 84 inches height x 60 inches wide. 90-minute fire rating. No mullion between the doors. No Louvers. No Windows. Door Swing is a right-hand reverse action. ADA Threshold. Door Frame will wrap around the CMU block wall. The contractor will use hardware set 201 and match existing lock sets and key style. Remove the existing window in the north wall of the generator building and install movable louvers controlled by a temperature controlled electric actuator motor. Air flow requirements and temperature range for operation of louvers will be as recommended by manufacturer s instruction of the new generator model. The masonry opening for the window is width of 46-¾ and height of 83 inches. Feed power to the actuator motors from the electrical panel in the Generator Room. Remove and replace the generator set in building 57 with a contractor furnished generator set. This work includes installing the generator set base on new isolator pads installed on the existing generator pad and making all necessary alterations to the existing electrical lines, fuel lines, engine exhaust system, air intake plenum. Functionally test the generator after installation per manufacturer s specifications. Provide temporary emergency power generator equivalent to the existing generator set for the duration of time required for the existing generator set to be remove and the new generator set install and accepted. Existing generator set: EM BEMAC II generator set serial number 170923831 with a Caterpillar D336 engine. Contractor furnished generator set requirements: 200 kW standby generator set that meets or exceeds the salient characteristics of a Caterpillar C7.1 200 kW, 120/208 volts, 3 phase, 4 conductor wire, 694 amps, 60Hz generator set and associated day tank. Remove and replace the existing ventilation louvers, electrical actuator motor and temperature control module on the east wall of building 57. Remove and replace two (2) Automatic Transfer Switch (ATS) in Building 1 (Main Hospital) room B22E with new ATSs meeting the characteristics described below. Install an electrical disconnect switch on the electrical service line from the generator to each ATS. Contractor will dispose of the removed ATS. Functionally test the ATS after installation per the manufacturer s Specifications. See attached drawing and specifications for more details. Continuous temporary power to the Hospital will be required during the ATS replacement. The Hospital shall not be without power. Requirements: The new C1 and C2 automatic transfer switches must be 3-pole, 400 amp, three phase and meets or exceeds the salient characteristics of an ASCO 7000 Series Bypass Isolation Automatic Transfer Switch. The new ATS must be service rated. As part of functional testing of the ATS, the contractor shall troubleshoot and document issues encountered in a report. Remove and replace the Automatic Transfer Switch (ATS) in Building 22 (Administrative Support) room 110E with a new ATS meeting the characteristics described below. Contractor will dispose of the removed ATS. Install an electrical disconnect switch on the electrical service line from the generator to the ATS. Functionally test the ATS after installation per the manufacturer s Specifications. See attached drawing and specifications for more details. Continuous temporary power to the Building 22 will be required during the ATS replacement. Building 22 shall not be without power for longer than 60 minutes. Requirements: The new automatic transfer switches must be 3-pole, 100 amp, three phase and meets or exceeds the salient characteristics of an ASCO 300 Series Group G Power Automatic Transfer Switches. The new ATS must be service rated. As part of functional testing of the ATS, the contractor shall troubleshoot and document issues encountered in a report. CODES & STANDARDS: All work performed under this contract shall be in accordance with federal, state and local codes & standards, as well as widely accepted industry standards, including but not limited to: American Institute of Architects, American Institute of Electrical Engineers, American National Standards Institute, American Society of Mechanical Engineers, American Society of Testing Materials, National Bureau of Standards, National Electric Code, National Fire Protection Association, National Electric Code, Occupational Safety & Health Administration, Rubber Manufacturers Association, Underwriters Laboratories, and the New York DOT standard specification. Additionally, all requirements of the New York Department of Health must be satisfied in their entirety for any work performed or materials bought under this contract. Failure to comply with any of the aforementioned codes and standards shall be considered as a failure to comply to contract specifications. MATERIALS: The materials shall conform to specifications, applicable industry codes and standards and the manufacturer's recommendations, whichever is more stringent. Certificates of compliance and Technical Data Sheets are required for all materials supplied. SITE INSPECTION: The contractor shall have the opportunity to visit the site before the Bid Opening. The contractor is required to acknowledge at time of Bid Opening that said contractor has inspected and is fully cognizant of conditions at the site. No allowance or consideration will be given after award for any condition which existed at the time of the site visit. GENERATOR AND ATS SERVICE REQUIREMENTS. Services: The Contractor must manage all aspects of this contract for the replacement of two (2) generators and three (3) ATSs within the designated areas of the facility. Specific Requirements Affecting Work. Site Survey: Before commencing work, assess generators and ATS to determine appropriate engineering controls, safety measures, tools, equipment and cleaning products and methods required to complete the work. Work Plans: Before commencing work, submit a project schedule outlining starting date, dates and times when work will take place, and sequence of activities. Product Data and Safety Data Sheets: Submit product data submittals listing general use and specific chemical cleaning products and coatings used while performing the work, along with Safety Data Sheets for chemical products used to perform the work. Safety Plan: Define responsibilities of each organization s designated representative involved with executing work plan throughout project. SECURITY AND FACILITY ACCESS: The contractor shall be granted access to the VA Medical Center. Contractor personnel must sign in at Building 3 room 01 when they arrive on site and sign out before they leave the site. The Government reserves the right to deny access to any person, with no consequence to the contract. Safety and Health Requirements: Compliance with OSHA and other applicable laws and regulations for the protection of employees is exclusively the obligation of the commercial contractor. Government and contractor employees must comply with the Corps of Engineers Safety Manual EM 385-1-1. All contractors and employees will attend a pre-construction meeting prior to project work beginning. The Contractor must provide for protecting the health of his employees, building occupants, and protection from damage of property, materials, supplies, and equipment in accordance with the latest revision of the Safety and Health Requirements Act . Clean Up: The Contractor must always keep the work area free from accumulation of waste materials. Before completing the work, the Contractor will remove from the facility all rubbish generated during the removal of the existing generator and the installation of the new generators and ATS s, tools, equipment, and materials that belong to the Contractor. Disposal: All existing materials, equipment, and construction debris must be removed from the building property and disposed of in accordance with all local regulations at the Contractor s expense, unless specified otherwise herein. Minor Materials and Work: Minor materials and work not specifically mentioned herein, but necessary for the proper completion of work, will be furnished without additional cost to the Government. Qualifications: Contractors must have 5 years or more of past performance equal to the level of difficulty and size of the facility. CONTRACTOR WORK RESPONSIBILITIES: All work will be performed without interruptions of the facility work activities. The contractor is responsible for supply emergency power generator while the two generators are being replace in the event of a power outage. The Contractor will be responsible for repairs to any equipment, or materials, damaged during the course of work within the designated facility locations. GOVERNMENT RESOURCES: No Government resources shall be made available to the contractor, unless otherwise stated in this Statement of Work. The contractor must provide for all necessary resources to provide a complete and usable facility or systems as described in the contract documents. The contractor must not obligate Government resources in any manner. The Government shall seek remedy for any obligation or encumbrance imposed by the Contractors actions. Government resources include, but are not limited to, government owned materials, equipment, tools, vehicles, personnel, and facilities. GENERAL INFORMATION: Hours and Days of Operation. The contractor must perform services during normal installation duty hours are 0730-1630, Monday thru Friday, except federal holidays. In food preparation and servicing areas the work must be performed after the serving of the evening meal and be completed before the preparation of early morning meals. In case of an Emergency during off duty hours and weekends. RECOGNIZED FEDERAL HOLIDAYS: New Year s Day - 1 January Martin Luther King Jr. Day - 3rd Monday in January President s Day - 3rd Monday in February Memorial Day - Last Monday in May Independence Day - 4th July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran s Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day 25th December If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor must be responsible for rescheduling services for the first day post the holiday observance. If the president grants VA employees an additional holiday/administrative leave day, it does not apply to the contractor. PERIOD OF PERFORMANCE: The period of performance for this service is 270 days from the date of notice to proceed. *Offerors must consider the total time to complete the project which includes, but not limited to, lead times of supplies, materials, and equipment. If the service contract duration is not feasible, offerors must submit a pre-proposal inquiry (PPI) by the PPI deadline with a proposed service contract duration and explanation why additional time is needed.* SUPPLEMENTAL ATTACHMENTS: Floor Plans and 1-Line Electrical Drawings Specifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/34588c084ec84253b4fd6ff9b591f8de/view)
 
Record
SN07444633-F 20250517/250515230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.